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
    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--Big River Mine Tailings, (OU2) Sediment Removal
    Active
    Environmental Protection Agency
    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.
    589A5-24-110 REMEIDATE MOLD, BLDG 5 TOPEKA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a federal contract aimed at remediating mold in Building 5 at the Colmery-O'Neil Veterans Administration Medical Center in Topeka, Kansas. The project involves critical tasks such as removing and replacing duct insulation, cleaning HVAC systems, and executing general construction activities associated with mold remediation, all while adhering to stringent safety and compliance standards. This initiative underscores the government's commitment to maintaining safe and healthy environments within VA facilities, ensuring the well-being of veterans. Proposals are due by September 20, 2024, with a project completion timeline of 30 days post-notice to proceed; interested contractors must contact Timothy Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    $249M IDIQ MATOC for Environmental Remediation Services (ERS) - Small Business (SB) Set-Aside
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a $249 million Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) focused on Environmental Remediation Services (ERS), specifically set aside for small businesses. This procurement aims to engage up to eight qualified contractors to provide a range of environmental services, including site assessments, hazardous waste treatment, and compliance with environmental regulations such as RCRA and CERCLA, within the Northwestern Division District. The contract emphasizes the importance of effective environmental remediation in safeguarding public health and restoring contaminated sites. Proposals are due by October 9, 2024, at 2:00 PM CST, and interested firms can reach out to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil for further information.
    Region 7 Superfund Records Center and Service Cent
    Active
    Environmental Protection Agency
    The Environmental Protection Agency (EPA) is seeking qualified small businesses to provide support and maintenance services for the Fujitsu Scanners at the Region 7 Superfund Records Center and Service Center located in Lenexa, Kansas. The procurement aims to ensure the efficient operation and upkeep of electronic and precision equipment, specifically focusing on the maintenance and repair of office machines and visible record equipment. This contract is crucial for maintaining the integrity of records management within the Superfund program, which plays a vital role in environmental protection efforts. Interested parties should contact James Arnold at arnold.james@epa.gov or (913) 551-7223 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    Presolicitation Synopsis for the Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool for Nationwide Environmental Remediation Services (ERS) primarily focused on Heavy Metals Remediation in Support of ARIMD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue a Request for Proposal (RFP) for an Indefinite-Delivery, Indefinite-Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC) pool focused on Nationwide Environmental Remediation Services, primarily targeting Heavy Metals Remediation in support of the Army Reserve Installation Mission Directorate (ARIMD). The procurement aims to award up to five contracts, each with a five-year ordering period, under the NAICS code 562910 for Environmental Remediation Services, with a total contract capacity not exceeding $245 million. This initiative is critical for addressing environmental concerns related to heavy metals, ensuring compliance with environmental regulations, and supporting military readiness. Interested contractors should prepare for the anticipated solicitation release in the fourth quarter of FY24 and can direct inquiries to Kurt Egner at kurt.m.egner@usace.army.mil or by phone at 502-315-7050.
    $49M Small Business Environmental Remediation Services SATOC - East
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified small businesses to provide Environmental Remediation Services under a $49 million Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC). The contract will focus on Military Munitions Response Program capabilities and will support operations across the Continental United States, Alaska, Hawaii, and U.S. Territories, with a primary emphasis on the eastern half of the United States. This procurement is critical for addressing environmental remediation needs, ensuring compliance with federal regulations, and safeguarding public health and safety. Interested parties must submit proposals by the revised deadline of October 7, 2024, and can direct inquiries to Michelle Alcover-Montalvo at michelle.m.alcover@usace.army.mil or by phone at 803-413-6056.
    P--Environ. Sampling and Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is preparing to solicit proposals for Environmental Sampling and Remediation Services under a National Multiple Award Environmental Remediation Services IDIQ Contract, specifically targeting Indian-owned Small Business Economic Enterprises (ISBEEs). The procurement aims to award approximately three Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total maximum value of $45 million over a five-year period, to qualified contractors who will conduct environmental assessments, develop remediation plans, and execute remediation on properties owned by the BIA and other Department of the Interior (DOI) agencies across various locations in the United States. Interested ISBEEs must have a Unique Entity Identifier (UEI) and be registered in the System for Award Management (SAM) to participate, with the formal solicitation expected to be issued around September 23, 2024. For further inquiries, interested parties can contact Lara Wood at lara.wood@bia.gov.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
    Active
    Dept Of Defense
    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.
    DFSP Ozol, CA O&M Remediation Systems
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Energy is seeking small businesses to provide environmental remediation services at the Defense Fuel Support Point (DFSP) in Martinez, California, under solicitation SPE603-24-R-0504. The contract encompasses a range of services including long-term management of remediation systems, environmental assessments, compliance support, and emergency response, all aimed at addressing petroleum product releases while adhering to federal, state, and local regulations. This procurement is critical for ensuring environmental stewardship and operational efficiency within defense infrastructure, with a contract duration extending potentially until September 2029. Interested parties must submit their proposals by the extended deadline of September 23, 2024, and can direct inquiries to Mark A. Laskoski at mark.laskoski@dla.mil or Queenie Luu at queenie.luu@dla.mil.