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 March 16-22, 2026

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between March 16-22, 2026, 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).

WOODY ISLAND AND AT THE KODIAK ATCT REMEDIAL INVESTIGATION (SRCSGT)
SOL: 697DCK-26-R-00184
DUE: March 27, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Transportation, Federal Aviation Administration, seeks responses from qualified small business contractors interested in performing a remedial investigation (RI) at multiple locations of the Former Woody Island Station and at the Kodiak Air Traffic Control Tower to investigate the presence, severity and extent of contamination in soil and groundwater at concentrations that exceed applicable cleanup criteria. The work under this project involves conducting environmental investigations in accordance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by Superfund Amendments and Reauthorization Act (SARA), and the requirements of the National Contingency Plan (NCP). The Contractor must be knowledgeable of applicable environmental policies and regulations and familiar with key project documents and background information, including the Interim Record of Decision (IROD), remedial investigation/feasibility study (RI/FS), sediment fate and transport analyses, proposed plan, treatability study and removal action reports, and engineering evaluation/cost analysis (EE/CA). The Contractor shall conduct field oversight and inspections to evaluate the potentially responsible party's (PRP's) implementation of pre-design investigations (PDI), data collection activities, treatability studies, remedial and removal actions, as well as operation and maintenance (O&M) and monitoring activities, as appropriate. The Contractor shall also perform data management activities. Response to this notification must be received to be included in the solicitation. RESPONSES ARE DUE BY 1:00 PM CDT ON MARCH 27, 2026.
CITE: https://sam.gov/workspace/contract/opp/268c948c22ba40548f0b4107003cb0fe/view
Posted: March 16, 2026
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX

HAZARDOUS WASTE TREATMENT AND DISPOSAL (SRCSGT)
SOL: 2026-KG-11
DUE: March 30, 2026
NAICS: 562211. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. DOE Contractor Mission Support and Test Services (MSTS) seeks responses from interested subcontractors that are qualified to provide hazardous waste treatment and disposal service for nonradioactive hazardous waste, universal waste, DOT-regulated hazardous material, waste containing PCBs, and non-regulated waste generated by the MSTS. The subcontractor must also be able to provide prompt review and approval of waste profiles and treat and dispose of hazardous waste at approved and permitted facilities. CAPABILITY STATEMENTS ARE DUE BY 6:00 AM PDT ON MARCH 30, 2026.
CITE: https://sam.gov/workspace/contract/opp/fe5ea16616134884a381e81f58d32d45/view
Posted: March 20, 2026
SPONSOR: U.S. Department of Energy, MSTS - DOE Contractor, North Las Vegas, NV

F -- YAKUTAT REMEDIAL INVESTIGATION AND REMOVAL ACTION (SRCSGT)
SOL: 697DCK-26-R-00197
DUE: March 31, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Transportation, Federal Aviation Administration, seeks responses from qualified small business contractors interested in performing a Remedial Investigation (RI) and Removal Action (RA) at multiple sites in Yakutat, Alaska, to assess the presence, extent, and severity of soil and groundwater contamination and remove contaminated soil exceeding cleanup criteria. The work includes conducting sampling, soil borings, monitoring well installation, and excavation activities in accordance with Alaska Department of Environmental Conservation guidance and applicable regulations, using field screening tools and analytical methods to delineate contamination. The contractor must provide all labor, equipment, and materials; ensure oversight by a Qualified Environmental Professional; and comply with training, permitting, and documentation requirements. Work will be performed in remote and potentially difficult-to-access areas, requiring logistical planning and possible site clearing, with all deliverables subject to regulatory review and approval. RESPONSES ARE DUE BY 12:00 PM CDT ON MARCH 31, 2026. FAILURE TO RESPOND TO THIS PRE-SOLICITATION WITH ALL OF THE REQUESTED INFORMATION WILL PRECLUDE A CONTRACTOR'S ABILITY TO RECEIVE A COPY OF THE FUTURE SOLICITATION.
CITE: https://sam.gov/workspace/contract/opp/6a04c53b0ef14ce984dfe7967ef70860/view
Posted: March 20, 2026
SPONSOR: U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX

F -- AK KODIAK ADMIN SITE TRIPLEX SURVEY SOIL (SOL)
SOL: 140FS126Q0063
DUE: April 6, 2026
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Fish and Wildlife Service requires a contractor to delineate horizontal and vertical limits of the soil and groundwater contamination at the Kodiak National Wildlife Refuge Triplex site in Alaska, and provide a workplan, site characterization and Corrective Action Report based on previous sampling conducted during this investigation. The work involves assessing and addressing contamination on and near the site. This includes determining whether contamination has migrated to the adjacent AT&T property, reviewing prior sampling, and developing a sampling plan, with access contingent on property owner permission. Surface water drainage along the western boundary will be evaluated for potential impacts. Soil contamination will be delineated both vertically and laterally, with at least twelve soil borings to estimate removal volumes and costs. Groundwater wells will be installed to delineate contamination and additional wells added as needed, while existing wells (MW1–MW6) will be sampled, re-established if dry, and free product recovered where present. All contaminated soil, groundwater, and free product will be properly disposed of. Finally, a Site Characterization Report will compile current and previous data, and a Corrective Action Completion Report will evaluate remediation options, including active remediation, engineered barriers, or land use controls, providing final recommendations and cost considerations. This will be a firm-fixed-price contract awarded to the quote deemed to be most beneficial to the government. QUOTES ARE DUE BY 1:00 PM CDT ON APRIL 6, 2026.
CITE: https://sam.gov/workspace/contract/opp/5b57a3c7e0044baaa65ecb41d9c87f16/view
Posted: March 17, 2026
SPONSOR: U.S. Department of the Interior, Fish and Wildlife Service, SAT Team 1, Falls Church, VA

F -- SOURCES SOUGHT NOTICE FOR EPA ERRS SERVICES FOR REGION 4, 5, AND 6 (SRCSGT)
SOL: 68HE0526R0017
DUE: April 6, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Environmental Protection Agency, Region 5, seeks responses from qualified firms interested in providing Emergency and Rapid Response Services to EPA Regions 4, 5, and 6. The contractor shall provide comprehensive response support services for emergency, time-critical and non-time-critical removal actions, and remedial activities to address releases or threats of hazardous substances, oil, and other contaminants, under the direction of the EPA for designated regions, with the ability to support other regions as needed. Services will be performed in accordance with task orders issued by the Contracting Officer or designated OSC/RPM, including verbally issued orders formalized within five business days. The contractor is responsible for furnishing all personnel, equipment, and materials to mitigate risks to human health and the environment from contamination, fire/explosion hazards, weapons of mass destruction incidents, and natural or man-made disasters. Work includes proper handling, storage, transportation, treatment, and disposal of hazardous materials in compliance with all applicable federal, state, and local regulations, as well as obtaining required permits unless otherwise directed. The contractor may procure specialized services as needed and must submit all deliverables for government review and approval, with the Government retaining final authority over policy and regulatory decisions. CAPABILITY STATEMENTS ARE DUE BY 4:30 PM EDT ON APRIL 6, 2026.
CITE: https://sam.gov/workspace/contract/opp/c2ea6884fc9f44d4bead9ef6e514a344/view
Posted: March 17, 2026
SPONSOR: U.S. Environmental Protection Agency, Region 5 Contracting Office, Chicago, IL

F -- CHINLE LAGOON PHASE III REMEDIATION (COMBINE)
SOL: 140A0926R0001
DUE: April 9, 2026
NAICS: 562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE. The Bureau of Indian Affairs (BIA), Navajo Regional Office (NRO), Branch of Environmental Management (BEM), is seeking a licensed environmental contractor to conduct an American Society for Testing and Materials (ASTM) Phase III Environmental Remediation for the Central Navajo Agency, Chinle Land Transfer Project Parcel E-1 site of former wastewater lagoon. The objective is to remediate the subject property and return it to the Navajo Nation for future economic development, ensuring it is free from environmental hazards. This property is on BIA Navajo Route 7 (Main Street) in Chinle, Apache County, Arizona. The contractor will develop a Health and Safety Plan and detailed Work Plan, including schedules, hazard controls, traffic and fencing strategies, and coordination with Navajo Nation and regulatory agencies to ensure compliance with NEPA, Endangered Species Act, and tribal environmental requirements. They will mobilize staff within 15 days, maintain site fencing, and oversee all work, including proper handling and disposal of hazardous materials per federal and tribal regulations. The contractor will conduct ASTM Phase III environmental remediation on Parcel E-1 based on Phase II findings and approved plans, and any changes to the scope require prior approval. Finally, the contractor will prepare draft and final reports documenting all activities, removals, disposal manifests, and recycled materials, with certification by an Environmental Professional; all reports and data remain government property. The Period of Performance will be 180 days from the receipt of the Notice to Proceed. Questions are due by 3:00 PM MDT on April 2, 2026. Award will be made on a Best Value Basis, whose quotation conforms to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. OFFERS ARE DUE BY 3:00 PM MDT ON APRIL 9, 2026.
CITE: https://sam.gov/workspace/contract/opp/5e2248d3392141adb1d27738af7e7643/view
Posted: March 19, 2026
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Navajo Region, Gallup, NM

F -- MISSISSIPPI GROUP OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE, MISSISSIPPI KEESLER AIR FORCE BASE, MISSISSIPPI (SOL)
SOL: FA890326R0001
DUE: April 16, 2026
NAICS: 562910. THIS IS AN 8(A) SET-ASIDE. The U.S. Department of the Air Force requires a contractor to provide environmental remediation activities at Columbus Air Force Base (AFB) and Keesler AFB in Lowndes County in northeastern Mississippi under the Optimized Remediation Contract (ORC). The range of activities includes investigation, design, construction of remedial systems, operation and maintenance of established remedies, optimization at applicable sites, and achievement of site-specific objectives. The Contractor shall undertake environmental remediation activities to achieve performance objectives at 17 Installation Restoration Program (IRP) sites. OFFERS ARE DUE BY 2:00 PM CDT ON APRIL 16, 2026.
CITE: https://sam.gov/workspace/contract/opp/6678c2ec7d0f48429b4bb27b60edd130/view
Posted: March 16, 2026
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, Installation and Mission Support Center, JBSA Lackland, TX

F -- REMOVAL OF LEAD PAINT AND PAINTING MOORING (COMBINE)
SOL: W911XK26QA008
DUE: April 17, 2026
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor for the abatement and disposal of lead paint on the mooring buttons and cleats located at the St. Mary's Falls Canal in Sault Sainte Marie, Michigan. The Contractor will provide on-site observation, including inspection of the work area. Inspection will include review of the abatement site and setup, critical barriers, decontamination units, waste disposal loadout, and other abatement-associated appurtenances. In addition, the contractor will observe field activities to ensure work is performed in accordance with Federal and State of Michigan regulations, as well as EM-385. All contractor fieldwork will be performed by personnel with professional expertise, experience, and the authority to make decisions in the field. USACE may direct contractors to the order of abatement when it could affect shipping traffic. Contractor will provide personal and perimeter air sampling for lead analysis during paint abatement activities. Contractor will collect air samples utilizing appropriate procedures and protocols in accordance with applicable regulations, specifically Part 603-Lead Exposure in Construction. At the completion of abatement work, the contractor will perform a visual clearance in accordance with applicable regulations and established standards. OFFERS ARE DUE BY 2:00 PM EDT ON APRIL 17, 2026.
CITE: https://sam.gov/workspace/contract/opp/9e5cf8f507cc45f584e4e79b4d4207fa/view
Posted: March 18, 2026
SPONSOR: U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Detroit, MI

F -- SOURCES SOUGHT NOTICE - FISCAL YEAR (FY) 2027 FLORIDA PANHANDLE OPTIMIZED REMEDIATION CONTRACT (ORC) AND MILITARY MUNITIONS RESPONSE PROGRAM (MMRP) (SRCSGT)
SOL: W9127827RA002
DUE: April 22, 2026
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers seeks responses from qualified firms interested in supporting the FY27 Florida Panhandle Group Optimized Remediation Contract (ORC) and Military Munitions Response Program (MMRP) at Eglin Air Force Base, Hurlburt Field and Tyndall Air Force Base in Florida. The project involves comprehensive environmental remediation services across multiple sites, including investigation, design, construction, operation and maintenance, optimization, and achievement of site-specific performance objectives. The Contractor will support remediation at 59 IRP sites and five MMRP sites across Eglin AFB, Hurlburt Field, and Tyndall AFB, in accordance with applicable regulatory frameworks such as RCRA, CERCLA, and Florida Administrative Code requirements, with oversight primarily from the Florida Department of Environmental Protection and USEPA Region 4. Certain petroleum-contaminated sites will be addressed under state cleanup criteria, and any sites deferred from CERCLA will meet performance objectives with regulatory approval. The effort will be executed as a competitive, firm-fixed-price, definite-delivery contract using a best-value tradeoff approach, with an estimated value of $40 million and a 10-year period of performance consisting of a 5-year base and 5-year option period. The type of set-aside decision(s) to be issued will depend upon the capabilities of the responses to this synopsis. RESPONSES ARE DUE BY 3:00 PM CDT ON APRIL 22, 2026.
CITE: https://sam.gov/workspace/contract/opp/4bd1855ad8424115afbb78c72739bd7b/view
Posted: March 17, 2026
SPONSOR: U.S. Army Corps of Engineers, South Atlantic Engineer Division, Mobile, AL

F -- CERCLA REMOVAL ACTION AT MOJAVE NP, CA (SOL)
SOL: 140P2126Q0049
DUE: May 5, 2026
NAICS: 562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE. The U.S. Department of the Interior, National Park Service (NPS), seeks a contractor to perform a Non-Time Critical Removal Action (NTCRA) under CERCLA at the Hidden Hill Mine site within Mojave National Preserve (MOJA), California. The site is a small, remote abandoned mine covering approximately 5 acres at an elevation of approximately 3,400 feet. Work includes removing approximately 69 cubic yards (CY) of commingled tailings and potentially affected underlying soil (assumed 1-foot depth) over approximately 1,850 square feet, including ancillary soils that may become commingled during excavation. The total estimated removal is 100 CY (150 tons using 1.5 tons/CY). The scope also includes preparing post-award plans (Site Health and Safety Plan, Under-an-Acre Pollution Prevention Plan, Traffic Control Plan, Hazardous Material Spill Plan, and Confirmatory/Waste Sampling and Analysis Plan), characterizing material, transporting it to approved disposal, collecting/analyzing confirmation samples, and preparing a Response Action Completion Report (RACR). Estimates are based on prior site investigations. The firm-fixed-price contract combines lump-sum and unit-priced items, subject to the variation in quantity clause, with an established ceiling and notification requirements. A 100% payment bond, 100% performance bond, and liability insurance are required before performance. A group site visit is scheduled at 10:00 AM on April 9, 2026. Attendance is strongly encouraged but not mandatory; individual site visits will not be accommodated. OFFERS ARE DUE BY 3:00 PM PDT ON MAY 5, 2026.
CITE: https://sam.gov/workspace/contract/opp/25038d92ad9245159df111010adc4191/view
Posted: March 17, 2026
SPONSOR: U.S. Department of the Interior, National Park Service, Washington Contracting Office, Lakewood, CO

F -- B&F-FMC LEX-ASBESTOS ABATEMENT-26Z1AN4 (PRESOL)
SOL: 15B10926Q00000008
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET ASIDE. The Federal Bureau of Prisons (FBOP), Federal Medical Center (FMC) in Lexington, Kentucky requires a contractor to perform asbestos abatement activities at the Federal Medical Center in Lexington, Kentucky. Work includes the removal and remediation of asbestos-containing materials as well as contaminated and destroyed materials. The identified areas for this project are located on the 3rd and 4th floors of the Health Care Unit, 1st Floor Food Service, 1st floor RDAP in B-Building and Recreation classrooms in the basement area. OFFERS ARE DUE BY 2:00 PM EDT ON MARCH 30, 2026.
CITE: https://sam.gov/workspace/contract/opp/f9af7f892a60493689e4449f6be7d8f4/view
Posted: March 17, 2026
SPONSOR: U.S. Department of Justice, Federal Prison System, Bureau of Prisons, Federal Medical Center, Lexington, KY

Z -- Z1DA--578-26-004: IDIQ ACM ABATEMENT SERVICES AT THE EDWARD HINES, JR. VA HOSPITAL IN HINES, IL (PRESOL)
SOL: 36C25226B0020
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 27, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to provide asbestos abatement services at the Edward Hines Jr. Veterans Affairs Hospital in Hines, Illinois. Work will include fire stopping, asbestos abatement, re-insulation, and hazardous substance removal work. The award will be an Indefinite Delivery Indefinite Quantity contract with a five-year ordering period. There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/5b7cb5220b5846cbb5425b3a4cfb62a2/view
Posted: March 11, 2026
SPONSOR: U.S. Department of Veterans Affairs, 252-Network Contract Office 12, Milwaukee, WI

F -- R10 SSP: EAST WATERWAY OPERABLE UNIT AT THE HARBOR ISLAND SUPERFUND SITE REMEDIATION (PRESOL)
SOL: 68HE0726R0001
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 27, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Environmental Protection Agency, Region 7, requires a contractor to provide Remedial Design (RD) and Remedial Action (RA) Oversight Support at the East Waterway Operable Unit of the Harbor Island Superfund Site in Seattle, WA. The work for this project entails environmental investigation pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and National Contingency Plan (NCP) requirements. The Contractor shall furnish all necessary services to accomplish the requirements, including all labor, materials, equipment, site management, office support, and incidental items. The contractor shall be knowledgeable of environmental policies and regulations and be familiar with background information, such as the Interim Record of Decision (IROD), remedial investigation/feasibility study (RI/FS), sediment fate and transport, Proposed Plan, treatability study, removal action reports, and the engineering evaluation/cost analysis (EE/CA). The contractor shall conduct field oversight and inspections to evaluate the PRP’s implementation of pre-design investigation (PDI) and other data collection field work, treatability studies, remedial and removal actions, operation and maintenance (O&M), and monitoring activities, as appropriate. The contractor shall perform data management activities. The Government contemplates awarding one cost-plus-fixed-fee contract with an anticipated period of performance of five years. There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/1bb0e8ea445f49c19cb5f27dddf07cd9/view
Posted: March 20, 2026
SPONSOR: U.S. Environmental Protection Agency, Region 7 Contracting Office, Lenexa, KS