Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
ID: W912WJ25R0003Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Remediation Services (562910)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking contractors for Remedial Action Operations at the Former Fort Devens site in Massachusetts. The objective of this procurement is to engage in remediation services to address environmental concerns at the site, which is critical for ensuring public safety and environmental compliance. This opportunity is categorized under the NAICS code 562910 for Remediation Services and is set aside for 8(a) certified businesses, highlighting its importance in supporting small business participation in federal contracting. Interested parties should contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    Mid-plume groundwater remediation at the Walton & Lonsbury Superfund Site, Attleboro, Massachusetts
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for mid-plume groundwater remediation at the Walton & Lonsbury Superfund Site located in Attleboro, Massachusetts. The project aims to implement comprehensive remediation strategies as outlined in detailed project plans, which include site layout, treatment alignment, and engineering specifications, all in compliance with environmental safety regulations. This procurement is crucial for addressing environmental concerns at the Superfund site and ensuring effective management practices are followed. Interested small businesses are encouraged to reach out to Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further information, as this opportunity is set aside for total small business participation.
    Refuse Services in Devens, MA048 and Danvers, MA008
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for refuse services in Devens, MA, and Danvers, MA. The procurement aims to secure solid waste collection services, which are essential for maintaining cleanliness and sanitation at military installations. This contract is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested vendors can reach out to Bryan Thompson at bryan.e.thompson20.civ@army.mil or call 609-562-2695 for further details, while Stephanie Howell is also available at stephanie.m.howell2.civ@army.mil or 609-562-5335.
    Z -- Enviromental Remedial Action Contract
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (RFP N62470-24-R-0072) aimed at addressing environmental contamination at various Navy and Marine Corps installations. The contract seeks qualified contractors to provide comprehensive remediation services, including emergency responses and various remediation methods such as bioremediation and excavation, with a minimum guaranteed contract value of $10,000 and a total maximum value of $95 million over multiple option years. This procurement is critical for ensuring compliance with federal environmental regulations and promoting effective remediation efforts at contaminated sites. Interested small businesses must submit their proposals, including past performance questionnaires and compliance with specified labor rate ceilings, by the designated deadline, with inquiries directed to Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or by phone at 757-322-4844.
    Nationwide Heavy Metals Remediation Services in support of Army Reserve Installation Management Directorate
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors to provide nationwide heavy metals remediation services in support of the Army Reserve Installation Management Directorate. The primary objective of this procurement is to address lead contamination in Army Reserve facilities, ensuring compliance with federal, state, and local regulations while safeguarding human health. The scope of work includes project management, lead sampling, mitigation services, and comprehensive reporting, with a focus on adhering to stringent cleaning protocols and safety standards. Interested contractors should note that the contract is structured as a Multiple Award Task Order Contract (MATOC) with a total capacity not exceeding $245 million, and proposals must be submitted by the specified deadline. For further inquiries, contact Adrienne Manuel at adrienne.c.manuel@usace.army.mil or call 502-315-6509.
    Janitorial Services, Recruiting Centers, 11 locations in MA & RI
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide janitorial services for recruiting centers located in 11 locations across Massachusetts and Rhode Island. The procurement aims to ensure cleanliness and maintenance of these facilities, which play a crucial role in supporting military recruitment efforts. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program, with the relevant NAICS code being 561720 for Janitorial Services. Interested parties can reach out to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Environmental Remediation for Southern California
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Los Angeles District, is seeking small businesses to provide environmental remediation services in response to recovery efforts for the recent LA Fires in Southern California. Interested firms, including those that are Tribal-Owned, NHO-Owned, ANC, SDVOSB, HUBZone, WOSB, SDB, and participants in the SBA 8(a) Program, are encouraged to submit their capabilities and relevant information to assist with environmental assessment and remediation tasks. This opportunity is critical for supporting disaster recovery efforts, and firms must be registered in the System for Award Management (SAM) to be eligible for contract awards. Responses should be directed to Roger Minami at kinya.r.minami@usace.army.mil, and all submissions must be in PDF format. Please note that this notice is not a solicitation and does not guarantee any contract award.
    EV35, Newport, Site 8, Phase 2 Injection RA, RAOMAC
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the environmental remediation operations and maintenance at Sites 1 and 4 of the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contract focuses on long-term maintenance, including groundwater sampling, waste management, and compliance with environmental regulations, with a project duration of 24 months starting April 1, 2025. This procurement is critical for ensuring the integrity of environmental restoration efforts and adherence to health and safety standards. Interested small businesses must submit their proposals via the PIEE system by March 11, 2025, and can direct inquiries to Georgia Scott at georgia.scott@navy.mil or by phone at 757-341-0691.
    Refuse and Garbage Disposal Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking proposals for refuse and garbage disposal services. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 562111, which pertains to solid waste collection. The services are crucial for maintaining cleanliness and operational efficiency at military installations, ensuring compliance with environmental standards. Interested vendors should reach out to Kimberly Logan at kimberly.a.logan@usace.army.mil or call 817-319-8296 for further details regarding the solicitation process.
    Grounds Maintenance Services, Thomaston Dam Unit, Thomaston, Goshen, CT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at the Thomaston Dam Unit located in Thomaston, Goshen, Connecticut. The procurement aims to ensure the upkeep and aesthetic maintenance of the grounds, which is crucial for the operational integrity and environmental management of the facility. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), with the relevant NAICS code being 561730 for Landscaping Services. Interested parties can reach out to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Notice of Intent - IDIQs W912DQ20D3004-W912DQ20D3012
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, has issued a Special Notice regarding the procurement of Indefinite Delivery Indefinite Quantity (IDIQ) contracts, identified as W912DQ20D3004-W912DQ20D3012, focused on remediation services. These contracts are aimed at addressing various environmental remediation needs, which are critical for maintaining compliance with environmental regulations and ensuring the safety of affected areas. The place of performance for these services will be in Lockport, New York, and interested parties can reach out to Lauren Minzenberger at Lauren.O.Minzenberger@usace.army.mil or by phone at 816-389-2226, or Michael Dolly at michael.s.dolly@usace.army.mil or 816-389-3177 for further information.