Lead Paint Abatement at Fountain City Service Base Bldg # 2
ID: W912ES25Q0059Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Remediation Services (562910)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, St. Paul District, is seeking a qualified small business contractor for lead paint abatement and remediation services at Building 2 of the Fountain City Service Base in Wisconsin. The project involves the removal of lead-contaminated materials, including seven homemade shelving units, an interior metal door, and abandoned air exchanger ductwork, with all hazardous materials to be disposed of in compliance with local, state, and federal regulations. This initiative underscores the importance of environmental safety and compliance in hazardous material management, with a contract value estimated at less than $25,000, which is set aside exclusively for small businesses under NAICS code 562910. Interested contractors must submit their proposals by June 26, 2025, and can direct inquiries to John P. Riederer at John.P.Riederer@usace.army.mil or by phone at 651-290-5614.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers' St Paul District is seeking to contract the removal of lead-painted shelving and ductwork in Building 2 at the Fountain City Service Base, Wisconsin, in preparation for file storage reconfiguration. The project entails safely removing seven shelving units, an interior door, and abandoned air ducts that tested positive for lead paint, with all hazardous materials to be disposed of compliant with regulations. Contractor responsibilities include ensuring the safe disposal of lead-containing materials, conducting hazardous waste testing, and adhering to safety and cleaning standards. Proper precautions and protective equipment must be utilized to safeguard against lead exposure. Throughout the project, contractors must maintain a clean and safe worksite, notify regulatory agencies, and ensure compliance with federal and state regulations on hazardous materials handling. Site access for inspections is available, and the contractor will ensure that work does not disturb non-worksite areas. The successful contractor will be expected to provide their own resources for safety and compliance measures, highlighting the government's commitment to managing hazardous materials responsibly and maintaining a safe work environment for employees and the public.
    The document outlines Amendment 0001 to a solicitation related to lead paint abatement and asbestos testing at the U.S. Army Corps of Engineers' Fountain City Service Base. The main purpose is to modify the initial contract by adding a new line item for boiler pipe removal and asbestos testing, along with revising the existing scope of work. Key changes include an extended response deadline, the addition of job details for asbestos testing, and specifications for removing lead-painted shelving, doors, and ductwork. The project involves compliance with federal and state regulations regarding hazardous materials. The contractor is responsible for all associated disposal, safety measures, and ensuring minimal environmental impact while managing lead exposure risks. Specific provisions for site visits, clean-up procedures, and responsibilities to maintain safety standards are included. This document reflects the government's commitment to ensuring a safe work environment while adhering to regulatory requirements in hazardous material management and remediation efforts.
    The U.S. Army Corps of Engineers (USACE) seeks a small business contractor through a Request for Quotes (RFQ) for lead paint remediation in Building #2 at the Fountain City Service Base. The project involves the dismantling and removal of seven homemade shelving units, an interior metal door, and abandoned air exchanger ductwork, all contaminated with lead paint. The contractor is responsible for the safe disposal and recycling of all materials while adhering to compliance regulations, including obtaining necessary permits and conducting TCLP testing to determine if waste is hazardous. The contract is a firm-fixed price valued at less than $25,000, making it accessible for small businesses under NAICS code 562910. All proposals must be submitted by June 26, 2025, and should reflect an understanding of the relevant safety and health compliance requirements. During the project, contractors must protect workers and the public from exposure to lead while ensuring a clean job site and proper waste management. The government's commitment to safety and regulatory adherence is central to this undertaking, illustrating a proactive approach to environmental restoration.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    Detroit Lead Service Lines Removal
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Detroit District, is conducting a Sources Sought notice to identify qualified contractors for the removal of lead service lines in Detroit, Michigan. The project focuses on the removal of corporation stops and portions of lead service lines at approximately 1,200 confirmed locations within public right-of-way areas, with the aim of addressing public health concerns related to lead contamination. This market research will inform the procurement method, potentially allowing for small business set-asides or full and open competition. Interested contractors are encouraged to respond by submitting the attached Sources Sought Survey to the designated contacts by 2:00 PM EST on December 23, 2025, with no costs incurred for participation. For further inquiries, contact Marna Rockwell at marna.l.rockwell@usace.army.mil or Kari Tauriainen at kari.tauriainen@usace.army.mil.
    Janitorial Services for U.S. Army Corps of Engineers, St. Louis District, FUSRAP Office Locations
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking quotations for janitorial services at various FUSRAP office locations. The procurement aims to secure comprehensive custodial services in accordance with the Federal Acquisition Regulation (FAR) guidelines, ensuring a clean and maintained environment for operational efficiency. This opportunity is set aside for HUBZone small businesses, with a NAICS code of 561720 and a small business size standard of $22 million. Interested vendors should direct inquiries to Mary Coventry at mary.a.coventry@usace.army.mil or Rebekah Lamb at rebekah.lamb@usace.army.mil, with the solicitation document being effective through Federal Acquisition Circular FAC 2025-04.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Remedial Action at Roebling Steel Superfund Site
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, focusing on Operable Units 4 and 5. The objective of this procurement is to engage qualified contractors to perform environmental remediation services, which are critical for addressing contamination and restoring the site to a safe condition. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of involving smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details, as the solicitation process is currently open.
    F--WA-FWS SPRING CRK ASBESTOS ABATEMENT of Ceiling tiles.
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the asbestos abatement project at the Spring Creek National Fish Hatchery in Washington. The procurement involves the removal and disposal of asbestos ceiling tiles, followed by the installation of new ceiling tiles, and is designated as a Total Small Business Set-Aside under NAICS code 562910. This project is critical for ensuring a safe and compliant environment within the facility, and the contract will be awarded as a single firm fixed-price construction award using Simplified Acquisition Procedures. Interested contractors must be registered in SAM and submit inquiries in writing to Contracting Officer Cindy Salazar at cindysalazar@fws.gov, with the solicitation expected to be available on sam.gov starting December 29, 2025.
    Pre-Solicitation Notice ? Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is preparing to solicit bids for the Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project. This project aims to address environmental remediation needs at the SLDA, which is critical for ensuring the safety and protection of the surrounding ecosystem. The procurement falls under the NAICS code 562910 for Remediation Services and the PSC code F108 for Environmental Systems Protection, highlighting its focus on environmental remediation efforts. Interested contractors can reach out to Jenna Grainer at jenna.n.grainer@usace.army.mil or call 716-954-1841 for further details as they prepare for the upcoming solicitation.
    Franklin Slag Pile Superfund Remediation Project
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting proposals for the Franklin Slag Pile Superfund Remediation Project located in Philadelphia, PA. This procurement involves a firm fixed-price construction contract aimed at remediating the Franklin Slag site, which has been impacted by historical smelting operations and requires environmental restoration to mitigate its effects on surrounding residential and commercial areas. The project is critical for eliminating potential environmental hazards and facilitating the site's redevelopment to enhance local economic conditions. Interested small businesses must submit their bids by January 15, 2026, and can direct inquiries to Eric Leach at eric.a.leach@usace.army.mil or Brandon Mormello at brandon.r.mormello@usace.army.mil.
    Z--SRF Building Asbestos Abatement
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking small business concerns for a contract involving asbestos abatement at the SRF Building located in Shasta Lake, California. The project entails the removal of asbestos-containing materials, including flooring, walls, windows, and baseboards, while ensuring containment to prevent contamination during the process. This procurement is significant for maintaining safety and compliance in federal facilities, with an estimated contract value between $25,000 and $100,000. Interested parties must respond by December 19, 2025, with required documentation sent to Ronald Gamo at rgamo@usbr.gov.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.