Former Guterl Specialty Steel FUSRAP
ID: W912P425RA011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST BUFFALOBUFFALO, NY, 14202-0000, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due May 27, 2025, 5:00 PM UTC
Description

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.

Files
Title
Posted
Apr 16, 2025, 6:06 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for a Bulkhead Replacement project to support the Raymark Superfund Site Remediation in Stratford, Connecticut. The project involves the installation of approximately 515 linear feet of a new 20-foot-deep steel sheet pile bulkhead, along with associated work such as regrading, installation of rip rap, and drainage enhancements, with an estimated construction value between $1,000,000 and $5,000,000. This project is critical for environmental remediation efforts at the site, which is located on a privately owned parcel and is expected to commence construction in Summer 2025, following a planned solicitation release in Spring 2025. Interested contractors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
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.
Northwestern Division Regional $245 million Pre-placed Remedial Action Contract Indefinite Delivery / Indefinite Quantity Multiple Award Task Order Contract
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is announcing a presolicitation for a $245 million Pre-placed Remedial Action Contract, which will be structured as an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to secure remediation services under the NAICS code 562910, focusing on environmental systems protection and environmental remediation. The contract is particularly significant for addressing environmental concerns and ensuring compliance with federal regulations. Interested parties, especially those eligible under the 8(a) set-aside program, are encouraged to reach out to Shawna West at shawna.m.west2@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil for further details, as outlined in the attached pre-solicitation notice.
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 the Sudbury Training Annex in Massachusetts. This contract, valued at $25 million, will encompass a range of activities including long-term monitoring, operations and maintenance, remedial action operations, and community relations support, particularly addressing contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkylated substances (PFAS). The selected contractor will play a crucial role in ensuring compliance with federal environmental regulations and safeguarding public health at these historically contaminated sites. Interested parties should contact Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL, with the contract expected to be awarded within a five-year ordering period and set aside for small businesses under the SBA 8(a) program.
Green Bay Dredging SATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Chicago office, is seeking qualified contractors for the Green Bay Dredging SATOC project located in Green Bay, Wisconsin. This solicitation aims to address existing shoaling within Green Bay Harbor as part of ongoing channel maintenance, with the initial Task Order involving the dredging of 133,000 cubic yards of sediment, and a total project scope of 479,000 cubic yards over multiple Task Orders from 2025 to 2029. The project is crucial for ensuring the continued operational capacity of the harbor and has a total estimated value exceeding $10 million. Interested small businesses must register with sam.gov and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit bids, with further inquiries directed to Kyle Smith at kyle.d.smith@usace.army.mil or by phone at 312-846-5370.
Environmental Dredging Services to remediate contaminated sediment associated with the Callahan Mine Superfund Site in Brooksville, Maine.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for Environmental Dredging Services to remediate contaminated sediment at the Callahan Mine Superfund Site in Brooksville, Maine. The project involves dredging approximately 6,000 to 10,000 cubic yards of sediment from Goose Cove, covering an area of about 1.5 acres, and requires careful management of sediment removal methods and monitoring to prevent environmental impacts. This remediation effort is crucial for addressing historical contamination from mining operations that have affected local water bodies, and it includes specific requirements for sediment disposal and monitoring protocols. Interested contractors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the project timeline and funding specifics to be confirmed during the procurement process.
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.
(Site Visit Notice) Depleted Uranium (DU) Containment Facility Maintenance and Repair
Buyer not available
The Department of Defense, specifically the Army, is seeking proposals for the maintenance and repair of the Depleted Uranium (DU) Containment Facility at the Aberdeen Test Center in Maryland. This procurement, designated as a Total Small Business Set-Aside under NAICS Code 811310, requires contractors to provide comprehensive maintenance services, including quarterly inspections and emergency repairs, over a base year with two optional years. The selected contractor will ensure compliance with safety protocols related to DU exposure while maintaining operational functionality of the facility. Interested parties must register for a mandatory site visit scheduled for April 21, 2025, and submit their proposals by May 2, 2025, with inquiries directed to Christine Orr at christine.n.orr.civ@army.mil.
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.
USACE-Industry Engagement: Enterprise Environmental Acquisition Strategy (EEAS)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is engaging industry stakeholders for the Enterprise Environmental Acquisition Strategy (EEAS) aimed at enhancing environmental remediation services. This initiative seeks to establish a comprehensive suite of contract vehicles to support various environmental missions, including hazardous waste management and compliance with federal regulations such as the Resource Conservation and Recovery Act and the Comprehensive Environmental Response, Compensation, and Liability Act. Interested firms, particularly those classified as small businesses, are encouraged to participate in an Industry Day on April 22, 2025, from 9:30 AM to 11:00 AM CT, and to submit inquiries via the ProjNet system by April 24, 2025. For further information, contact Susan Prater at susan.prater@usace.army.mil or Tim Howland at timothy.j.howland@usace.army.mil.