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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is soliciting proposals 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, including total uranium, radium, and thorium, through complete soil excavation and building dismantlement, followed by off-site disposal. This procurement is a competitive 100% Small Business Set-Aside, with the contract expected to be a Single Award Task Order (SATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) contract, comprising both Cost Reimbursable and Firm-Fixed Price line items. Proposals are due by July 3, 2025, at 10:00 AM EST, and interested parties should direct inquiries to Jenna Grainer at jenna.n.grainer@usace.army.mil or Frank D’Andrea at frank.j.d’andrea@usace.army.mil.

    Files
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated source materials, including slag and battery casing materials, as well as contaminated soil and sediment from the Seawall Sector. This remediation effort is critical for addressing highly toxic principal threat waste and ensuring environmental protection in the area. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further details, with the understanding that this notice does not constitute a commitment by the Government to award a contract.
    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.
    Mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site, Attleboro, Massachusetts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Firm-Fixed Price service contract focused on mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site in Attleboro, Massachusetts. The project aims to address contamination issues stemming from a former electroplating facility, which operated from 1940 to 2007, by implementing remediation strategies including the use of zero-valent iron to reduce hexavalent chromium in groundwater before it discharges into nearby Bliss Brook. This procurement is set aside for small businesses under the NAICS Code 562910, and interested parties should contact Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details. The contract is expected to be awarded following a thorough evaluation process, with specific deadlines to be communicated in the solicitation documents.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    Sectional Barge Sandblasting, Repairing, and Painting
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the sandblasting, inspection, repair, and repainting of a sectional barge located at the Lock and Dam in Troy, New York. The project requires the contractor to perform comprehensive work on 16 barge sections, adhering to industry standards such as SSPC SP5 for sandblasting and specific guidelines for welding repairs and leak testing. This procurement is crucial for maintaining the operational integrity of the barge system, which is essential for various hydraulic structures within government projects. Proposals are due by January 5, 2026, and interested parties should contact Matthew Lubiak at matthew.e.lubiak@usace.army.mil or Orlando Nieves at orlando.nieves@usace.army.mil for further information.
    Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is seeking contractors for the Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades project. This procurement aims to enhance the infrastructure by upgrading the entrance road and associated utilities, which is crucial for maintaining operational efficiency and safety at the site. The project falls under the NAICS code 237310, focusing on highway, street, and bridge construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil or call 716-879-4126 for further details. The presolicitation notice indicates that additional information will be provided in the attached notice.
    WELSBACH RA SATOC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to issue a presolicitation for a Single Award Task Order Contract (SATOC) for Remedial Action efforts at the Welsbach/General Gas Mantle Superfund Site in Camden County, NJ. This contract, valued at approximately $95 million, aims to ensure continuity of personnel and institutional knowledge for effective soil remediation, which may include designs, interim actions, and laboratory management among other necessary actions. The SATOC will be set aside for small business concerns under NAICS Code 562910, and interested parties must be registered in the System for Award Management (SAM) to be eligible for award. The solicitation is expected to be released around December 15, 2025, and inquiries can be directed to Lauren Minzenberger at lauren.o.minzenberger@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.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.