Remedial Action at Roebling Steel Superfund Site
ID: W912DQ25RA038Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, 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 Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, specifically for Operable Units 4 and 5. The objective of this procurement is to implement environmental remediation services to address contamination issues at the site, which is critical for restoring the area and protecting public health. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of engaging smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details regarding the solicitation process.

    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    FORMOSA MINE SUPERFUND SITE, OPERABLE UNIT 1 (OU1) REMEDIAL ACTION PROJECT, RFP AMENDMENT 0007
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Formosa Mine Superfund Site, Operable Unit 1 (OU1) Remedial Action Project, under RFP Amendment 0007. This project involves remediation services aimed at addressing environmental concerns at the site, which is critical for restoring the affected area and ensuring public safety. The procurement is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracts. Interested parties can reach out to Russell Armstrong at russell.j.armstrong@usace.army.mil or by phone at 208-437-3133 ext 7226 for further details regarding the solicitation.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Buyer not available
    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.
    F--Robintech OU1 FRI FFS Superfund Site (RAF/DES)
    Buyer not available
    The Environmental Protection Agency (EPA) is seeking contractors to provide services for a Focused Remedial Investigation and Focused Feasibility Study (FRI/FFS) at the Robintech, Inc./National Pipe Company Superfund Site in Vestal, New York. The objective of this procurement is to support a Record of Decision (ROD) Amendment that will explore alternatives to bedrock groundwater extraction at Operable Unit 1 of the site. This project is critical for addressing environmental remediation needs and ensuring compliance with federal regulations. Interested parties can contact Gregory Dotson at dotson.gregory@epa.gov or (215) 814-5311 for further information regarding this presolicitation opportunity.
    Pre-Solicitation Notice ? Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project
    Buyer not available
    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
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for a firm fixed-price construction contract to remediate the Franklin Slag Pile Superfund Site located at the northeast corner of Castor and Delaware Avenues in Philadelphia, PA. The project aims to address environmental contamination resulting from past smelting operations and to eliminate potential impacts on the surrounding community, thereby facilitating future redevelopment efforts. This remediation is critical for restoring the site and improving local economic conditions, as the area has been affected by fugitive dust and sediment from the slag pile. Interested contractors can reach out to Eric Leach at eric.a.leach@usace.army.mil or Brandon Mormello at brandon.r.mormello@usace.army.mil for further details regarding the procurement process.
    Mid-plume groundwater remediation at the Walton & Lonsbury Superfund Site, Attleboro, Massachusetts
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is seeking qualified small businesses to undertake groundwater remediation at the Walton & Lonsbury Superfund Site in Attleboro, Massachusetts. The project involves a Firm-Fixed Price service contract aimed at addressing contamination issues stemming from a former electroplating facility, with specific tasks including the reduction of hexavalent chromium in groundwater using zero-valent iron technology. This remediation effort is critical for environmental protection and public health, as it aims to prevent contaminated groundwater from discharging into nearby water bodies. Interested parties should note that the solicitation will be available online around December 2025, and an organized site visit is scheduled for December 15, 2025, at 1:00 PM Eastern; inquiries can be directed to Kyle Hall at kyle.k.hall@usace.army.mil or by phone at 978-318-8479.
    WELSBACH RA SATOC
    Buyer not available
    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.
    Environmental Remedial Action Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Atlantic, is seeking proposals for an Environmental Remedial Action Multiple Award Contract aimed at small businesses. This contract will focus on the repair, alteration, and restoration of real property, addressing environmental remediation needs. Such contracts are crucial for maintaining compliance with environmental regulations and ensuring the safety and sustainability of military installations. Interested parties can reach out to Mary Lassiter at mary.lassiter@navy.mil or call 757-322-4593 for further details regarding the procurement process.
    Standard Chlorine of Delaware- Remediation Services Single Award Task Order Contract (SATOC)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the Standard Chlorine of Delaware Remediation Services Single Award Task Order Contract (SATOC). This contract aims to provide remediation services at the site located at 745 Governor Lea Road, New Castle, DE 19720, which is critical for environmental restoration efforts. The procurement is set aside for small businesses, and interested contractors must adhere to a series of amendments and deadlines, with the final proposal submission due by 8 December 2025 at 5:00 PM EST. For further inquiries, potential bidders can contact Tiffany Chisholm at tiffany.z.chisholm@usace.army.mil or by phone at 215-656-6761.
    Lone Star Army Ammunition Plant (LSAAP) High Explosives Burning Ground (HEBG) Remediation
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - Tulsa District, is seeking qualified contractors for a Performance Based Remediation (PBR) contract to provide Environmental Remediation Services (ERS) at the High Explosives Burning Ground (HEBG) located at the Lone Star Army Ammunition Plant in Bowie County, TX. The project involves the remediation of approximately 16 acres of land contaminated with burnt ash, metallic debris, and munitions and explosives of concern, requiring soil excavation, removal of hazardous materials, and restoration of the site. This initiative is crucial for ensuring environmental safety and compliance, with an anticipated contract value exceeding $50 million and a performance period of four years. Interested parties, particularly small businesses and those qualifying under Section 8(a), HUBZone, SDVOSB, and WOSB, are encouraged to contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389 for further details.