F--Former United Zinc Remedial Action
ID: 68HE0718R0008Type: Presolicitation
Overview

Buyer

ENVIRONMENTAL PROTECTION AGENCYENVIRONMENTAL PROTECTION AGENCYREGION 7 CONTRACTING OFFICELENEXA, KS, 66219, USA

PSC

NATURAL RESOURCES MANAGEMENT (F)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
  1. 1
    Posted Apr 2, 2018, 5:55 PM UTC
  2. 2
    Updated Apr 6, 2018, 7:39 PM UTC
  3. 3
    Due Not available
Description

Presolicitation notice from the Environmental Protection Agency (EPA) for the procurement of a remedial action service at the Former United Zinc and Associated Smelters Superfund Site in Iola, KS. The objective is to reduce human health risk by removing lead-contaminated material from assigned residential properties. Approximately 1,067 residential properties will be eligible for remediation, backfill, and restoration over a four-year period. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).

Point(s) of Contact
Fritz, Koni
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
F--R7 Cherokee County Superfund Site OU#4 Treece Subsite Cherokee County, Kansas.
Buyer not available
The Environmental Protection Agency (EPA) is seeking qualified contractors for remediation services at the R7 Cherokee County Superfund Site OU4 Treece Subsite in Cherokee County, Kansas. This presolicitation opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under FAR 19.14, emphasizing the importance of supporting veteran-owned enterprises in environmental remediation efforts. The selected contractor will play a crucial role in addressing environmental concerns at this site, which is significant for public health and ecological restoration. Interested parties can reach out to Frank Novello at Novello.Frank@epa.gov or by phone at (913) 551-7642 for further details regarding the procurement process.
F--Big River Mine Tailings, (OU2) Sediment Removal
Buyer not available
Presolicitation ENVIRONMENTAL PROTECTION AGENCY is seeking the services of an experienced firm to provide lead-contaminated sediment removal for the EPA Pilot Study Area located in St. Francois County, Missouri impacted by human transport of mine waste resulting from nearly 2 1/2 centuries of mining in the Old Lead Belt located in Southeast Missouri, Madison County and southern St. Francois County. The work to be performed under this contract consists of excavation and relocation of lead-contaminated materials (mine waste, soil, gravel) from the Big River. This material will be relocated to a soil repository site. Additionally, before relocating the excavated sediment, a 24-inch layer of soil shall be excavated from the repository site. This excavated soil will be used to cap the contaminated sediment. The Period of Performance (POP) for this procurement will be one (1) year. The contractor shall be required to comply with all applicable federal, state and local laws and regulations. Remediation will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERECLA) as amended by the Superfund Amendments and Reauthorization Action (SARA), and National Contingency Plan (NCP) requirements. Estimated dollar value for this procurement is between $350k - $450k. This procurement will be a total Small Business set-aside.
F--R10 Emergency and Rapid Response Services (ERRS)
Buyer not available
The Environmental Protection Agency (EPA) is seeking proposals for the R10 Emergency and Rapid Response Services (ERRS) contract, aimed at providing essential environmental remediation services. This procurement is specifically set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 562910, which encompasses remediation services. The services are critical for addressing urgent environmental issues and ensuring compliance with environmental protection standards. Interested parties must submit their proposals by April 25, 2024, and can direct inquiries to Shaneka McKinney at McKinney.Shaneka@epa.gov or by phone at 913-551-7780.
Scott AFB ORC SATOC
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a Single Award Task Order Contract (SATOC) focused on environmental remediation services at Scott Air Force Base in Illinois. The contract aims to address the remediation of contaminated soil and groundwater, particularly targeting pollutants such as PFAS, chlorinated solvents, and petroleum products, while ensuring compliance with federal and state environmental regulations. This initiative is critical for maintaining public health and safety, as well as fulfilling the Department's commitment to environmental restoration and compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Interested contractors should contact Kari Rogers at kari.a.rogers@usace.army.mil or call 502-315-7028 for further details, with proposals due following the specified deadlines outlined in the solicitation documents.
Former Guterl Specialty Steel FUSRAP
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is seeking qualified contractors for the remediation of contaminated soils and materials at the former Guterl Specialty Steel site in Lockport, New York. The project aims to address FUSRAP-related contamination, specifically targeting total uranium, radium-226, radium-228, and thorium isotopes, through complete soil excavation and building dismantlement, followed by off-site disposal. This procurement is a Total Small Business Set-Aside and will result in a Single Award Task Order Contract (SATOC) with a five-year base period and an option for an additional five years, evaluated based on past performance, technical approach, and cost/price. Interested parties can contact Jenna Grainer at jenna.n.grainer@usace.army.mil or Frank D'Andrea at frank.j.d'andrea@usace.army.mil for further details.
R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
Buyer not available
Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. This procurement is seeking services for performing remedial activities at environmentally contaminated sites, primarily at Navy and Marine Corps installations. The sites include those ranked on the Superfund National Priority List (NPL) and non-NPL sites regulated under various environmental acts. The work will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint, with a focus on California. The contract may be a Multiple Award Contract with a maximum value of $240M. Small and large businesses may be eligible to participate. An Industry Day will be held on July 25, 2016, in San Diego, CA, for interested firms to learn more about the technical services required.
Treatment, Storage, and Disposal Facilities (TSDF) 3rd Party Inspections
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for third-party inspections of Treatment, Storage, and Disposal Facilities (TSDF) handling hazardous waste. The contract, structured as a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ), aims to ensure compliance with federal, state, and local regulations regarding hazardous waste management over a five-year term, encompassing both domestic and international sites. This initiative is critical for maintaining environmental safety and regulatory compliance in the management of hazardous materials, thereby supporting the DLA's mission to enhance public safety. Interested contractors must submit their quotes by 2:00 p.m. Eastern Standard Time on the specified deadline, and can direct inquiries to Matthew Wonch at matthew.wonch@dla.mil or by phone at 269-967-9421.
R--Region 7 RCRA Iowa Inspections
Buyer not available
The Environmental Protection Agency (EPA) is seeking contractors to conduct inspections under the Resource Conservation and Recovery Act (RCRA) in Iowa as part of its Region 7 initiatives. The objective of this procurement is to ensure compliance with environmental regulations and standards, thereby safeguarding public health and the environment. Environmental consulting services are critical in assessing and managing hazardous waste, which plays a vital role in the EPA's mission to protect human health and the environment. Interested contractors can reach out to Amber Krueger at Krueger.Amber@epa.gov or by phone at 913-551-7269 for further details regarding the solicitation and any amendments, including responses to contractor questions.
F108--36C242-25-AP-2553 | 528-25-3-4895-0056 Buffalo VAMC 625B Abatement & Demo (VA-25-00065537)
Buyer not available
The Department of Veterans Affairs is preparing to solicit bids for an abatement and demolition project at the Buffalo VA Medical Center in New York. The project involves the complete demolition of approximately 330 square feet of plaster ceiling containing friable asbestos, the abatement of 50 linear feet of asbestos pipe insulation, and the removal of asbestos-containing material fragments from 12”x12” floor tiles. This procurement is crucial for ensuring safety and compliance with environmental regulations, and it is designated for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors should note that the solicitation is expected to be released around May 1, 2025, with a site visit scheduled for approximately May 9, 2025, and the total project duration not to exceed 240 days. For further inquiries, potential bidders can contact Contracting Officer Devan Bertch at Devan.Bertch@va.gov or by phone at 716-698-6459. The estimated cost for this project is under $25,000, falling under NAICS code 562910 for remediation services.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for an environmental services contract focused on Remedial Action Operations at the former Fort Devens and Sudbury Training Annex in Massachusetts. The contract, valued at $25 million, aims to address environmental remediation efforts, including long-term monitoring, operations and maintenance activities, and community relations support, particularly concerning contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkyl substances (PFAS). This initiative is critical for ensuring compliance with federal environmental regulations and safeguarding public health in areas previously impacted by military activities. Interested contractors can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the contract expected to span five years from the award date.