Skip to main content
U.S. flag

An official website of the United States government

Dot gov

The .gov means it's official.
Federal government websites often end in .gov or .mil. Before sharing sensitive information, make sure you're on a federal government site.

Https

The site is secure.
The https:// ensures that you are connecting to the official website and that any information you provide is encrypted and transmitted securely.

information

We are making some changes to CLU-IN. If you have any feedback or questions, please contact us.

Share |
Connect | Archived Internet Seminars and Podcasts News Feeds (RSS) TechDirect and Newsletters
View Notices for:

Federal Contract Opportunities Update

Notices for February 3-9, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between February 3-9, 2025, that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics; however, it does not necessarily contain EVERY notice on these topics. If you would like to search for additional current and archived notices, please visit the SAM Contract Opportunities website.

NOTE: SAM assigns a new URL EVERY TIME a solicitation is updated, which means the links given here will not reflect future changes. To monitor for updates, either enter the SOL at the SAM search interface or use the "Follow" icon (if a registered user).

F -- REMOVAL OF ASBESTOS CONTAINING MATERIAL AND STORAGE CONTAINER BLDG 14529 (SRCSGT)
SOL: FA524025S3000
DUE: February 14, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of the Air Force seeks responses from qualified firms that are interested in performing the removal and disposal of a storage container (8.7ft x 7ft x 7.2ft) and polyethylene bags labeled "asbestos containing material," which is located outside Building 14529 on Andersen Air Force Base in Guam. The contractor may have to repackage the contents of the storage cabinet based on the integrity of the polyethylene bags. The exact number of polyethylene bags, labeled "asbestos containing material" in the storage container, has not been accounted for. The container is not a roll-off container. The polyethylene bags labeled "asbestos containing material" must be shipped to a regulated U.S. landfill since asbestos is a HAZWASTE material and must be disposed of in a regulated landfill. The bags may contain friable as well as non-friable asbestos-containing material. The contractor who removes, transports, and disposes of the storage container and its contents must have the regulatory certification to handle, transport, and dispose of the asbestos-containing material. There is no solicitation at this time. RESPONSES ARE DUE BY 4:00 PM AEDT on FEBRUARY 14, 2024.
CITE: https://sam.gov/opp/f315ee46427b4617883b99aef77de704/view
Posted: February 6, 2025
SPONSOR: U.S. Department of the Air Force, Pacific Air Forces, APO, AP

F -- F108--SVC: ASBESTOS ABATEMENT (COMBINE)
SOL: 36C24825Q0355
DUE: February 18, 2025
NAICS: 562910. THIS IS A SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to provide asbestos abatement services at the Lake City VA Medical Center in Lake City, Florida. Services include removing approximately 80 square feet of existing floor tile and approximately 764 square feet of existing glue and black mastic located in AB-18. The contractor is to dispose of all debris and shall remove it from the job site using appropriate procedures when handling asbestos containing materials. Appropriate barrier containment as defined in the Infection Control Risk Assessment must be put in place and inspected prior to work being conducted. The contractor will create a negative pressure containment - providing negative air machines, barrier, manometer, and sticky mats for entry/exit to the space. The space must remain in a state of negative pressure until work is completed and signed off on. A site-visit is required to access the area prior to quote submission. OFFERS ARE DUE BY 5:00 PM EST ON FEBRUARY 18, 2025.
CITE: https://sam.gov/opp/ab64a03245f04315ae271f9d434ee140/view
Posted: February 7, 2025
SPONSOR: U.S. Department of Veterans Affairs, 248-Network Contract Office 8, Tampa, FL

Z -- Z2DB--ABATE B219 CEILINGS-SELECT ROOMS (SRCSGT)
SOL: 36C26025Q0203
DUE: February 20, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Veterans Affairs seeks responses from interested contractors that are qualified to provide asbestos-containing material (ACM) abatement and construction services in Building 219 of the VA Southern Oregon Rehabilitation Center and Clinics in White City, Oregon, to determine the appropriate acquisition strategy for a potential future acquisition. There are four rooms (approx. 416 sq. ft.) that need the Acoustical Ceiling Tile (ACT) ceiling removed and replaced along with six lights and two vent fans. ACM tiles above the ACT ceiling on the ceiling structure require abatement. This project must be done in two different phases. Rooms 105 and 106 will be one phase and then rooms 108 and 109 will be another phase. Canteen Services always need access to Storerooms 104 and 107 during construction. The removal of items will need to follow ACM removal and ICRA procedures to prevent contamination of the area and people outside of ICRA barriers. For rooms 108 and 109, materials must be removed through the window. RESPONSES ARE DUE BY 3:00 PM PST ON FEBRUARY 20, 2025.
CITE: https://sam.gov/opp/c04616782e58483ba4284dcf1bf8c1c5/view
Posted: February 6, 2025
SPONSOR: U.S. Department of Veterans Affairs, 260-Network Contract Office 20, Vancouver, WA

F -- ASBESTOS ABATEMENT AT MOOSEHORN NWR (SOL)
SOL: 140FC225Q0011
DUE: February 21, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service requires a contractor to contain and dispose of asbestos-containing shingles (totaling approximately 1,035 square feet) at Moosehorn National Wildlife Refuge in Baring, Maine. The Contractor shall furnish all labor, equipment, materials, and supplies for the removal, containment, and disposal of asbestos-containing shingles at the Quarters 20 Garage at the Refuge Headquarters. A site visit is scheduled at 9:00 AM EST on February 11, 2025. Questions are due by 3:00 PM EST on Wednesday, February 12, 2025. The award will be a firm-fixed-price contract with a 180-day Period of Performance after award. OFFERS ARE DUE BY 3:00 PM EST ON FEBRUARY 21, 2025.
CITE: https://sam.gov/opp/b161e9d993eb40cabe685d85d6d5ac7d/view
Posted: February 5, 2025
SPONSOR: U.S. Fish and Wildlife Service, Construction A/E Team 2, Falls Church, VA

Z -- ENVIROMENTAL REMEDIAL ACTION CONTRACT (SOL)
SOL: N6247024R0072
DUE: February 24, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Navy, Naval Facilities Engineering Systems Command, Atlantic Command, requires a contractor to primarily support the remediation of sites ranked on the Superfund National Priority List (NPL) as well as non-NPL sites regulated under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the Resource Conservation and Recovery Act (RCRA), the Underground Storage Tanks (UST) regulations, state-specific regulations, and other sites that might require remedial action. Work under this contract will be performed primarily in Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Mississippi, Missouri, New Hampshire, New Jersey, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina Tennessee, Texas, Vermont, Virginia, West Virginia, Wisconsin, the areas of the District of Columbia, and Puerto Rico. Work could also include Base Realignment and Closure (BRAC) Program and Non-CERCLA sites throughout NAVFAC Atlantic's area of responsibility. Although principal sites are identified for the contract, the contractor may be required to perform at any Naval or Marine Corps activity in the area of responsibility covered by NAVFAC Atlantic. Work may also be added and performed anywhere outside of NAVFAC Atlantic's area of responsibility, as required by the Government. Potential tasks will include but are not limited to: performing remedial actions, removal actions, expedited and emergency response actions at sites, pilot and treatability studies, facility operation and maintenance, installing temporary support facilities such as decontamination areas, fences, roads, and utilities, developing work plans, Resource Conservation and Recovery Act (RCRA) closures, site characterizations, geophysical surveys, hydrogeological and geotechnical testing and data analysis in conjunction with remedial action projects, multimedia sampling and analysis for physical, chemical, and geotechnical characteristics, hydrographic surveys, groundwater characterization studies, other related activities associated with returning sites to safe and acceptable levels, optimization reviews of remediation facilities and remediation strategies, engaging in partnering with the Navy, Comprehensive Long-term Environmental Action Navy (CLEAN) contractors, and regulatory agencies, reviewing and/or providing input on investigations, feasibility studies, evaluation of remediation alternatives, and design packages relative to remediation activities, community relations regarding the contractor's remedial action work, and technical support to the Navy on the full range of remedial actions. The contractor is responsible for identifying and obtaining permits, licenses, etc. required by current laws and regulations. Note: Expedited fast action/emergency response work may be performed on this contract. Munitions response work, including MEC removal and range clean-up and closure, will not be performed under this contract. The Government will award a cost reimbursable contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be a BEST VALUE to the Government, technical factors, past performance, and cost considered. Offerors submitting proposals will not be compensated for any expenses incurred in the preparation of their proposal. OFFERS ARE DUE BY 5:00 PM EST ON FEBRUARY 24, 2025.
CITE: https://sam.gov/opp/be2e3e6f9bd34b23a89536a627c1688f/view
Posted: February 7, 2025
SPONSOR: U.S. Department of the Navy, Naval Facilities Engineering Systems Command, Atlantic Command, Norfolk, VA

F -- NC EDENTON NFH ASBESTOS ABATEMENT (COMBINE)
SOL: 140FC225Q0009
DUE: February 27, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service requires a contractor to abate asbestos-containing materials within the Administrative Building at Edenton National Fish Hatchery in Edenton, North Carolina. Built as a residence in 1960, asbestos has been identified throughout the entire facility. Abatement will be subject to all applicable local, state, and federal regulations. The award will be a firm-fixed-price contract with a 60-day period of performance from issuance of the Notice to Proceed. A site visit is encouraged but not mandatory and may be requested by emailing the Contracting Officer by 3:00 PM PST on February 11, 2025. QUOTES ARE DUE BY 11:00 AM [PST ON FEBRUARY 27, 2025.
CITE: https://sam.gov/opp/af47cc7375f14de3877a2e1460039597/view
Posted: February 6, 2025
SPONSOR: U.S. Fish and Wildlife Service, Construction A/E Team 2, Falls Church, VA

F -- R7 TRI-STATE LEAD (PB) MATOC (SOL)
SOL: 68HE0725R0003
DUE: March 4, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Environmental Protection Agency, Region 7, requires contractors to support environmental Removal Action and Remedial Action projects at Superfund sites impacted by lead and other heavy metals from historic mining and smelting activities and the waste derived from such activities in the Tri-State Mining District geographical area and smelter sites in the states of Kansas and Missouri. The following Superfund sites are included within these areas: Cherokee County; Oronogo-Duenweg Mining Belt; Newton County Mine Tailings; Caney Residential Yards; Former United Zinc and Associated Smelters; and Cherokee Zinc-Weir Smelter. The Contractors shall have the capability and experience to perform or provide a wide range of remedial action services at hazardous waste sites. These efforts may include environmental removal actions, remedial actions, and other remediation activities as well as related activities necessary to ensure complete and successful remediation. Remedial activities may include, but are not limited to, excavation, transportation, and disposal of hazardous substances; mine waste remediation and property restoration; water line installations/service connections hookups; residential water filter/treatment system installation and maintenance; remediation along utility lines; private groundwater well installation; and erosion, sewer, and stormwater controls for the purpose of compliance and/or pollution prevention. Supporting activities may include, but are not limited to, work plan preparation; remedial action project completion reports; as-built drawings; Task Order status reports; operation and maintenance (O&M) manuals; other documents as needed; and community involvement activities. The award will be a Multiple Award Task Order Contract (MATOC) with a 120-month period of performance if the option period is exercised. EPA will conduct a Virtual Preproposal Conference via Microsoft Teams at 11:00 AM CST on February 13, 2025. OFFERS ARE DUE BY 1:00 PM CST ON MARCH 4, 2025.
CITE: https://sam.gov/opp/59f3f96942bf4a83a4707add8df39f86/view
Posted: February 6, 2025
SPONSOR: U.S. Environmental Protection Agency, Region 7, Lenexa, KS