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 2-8, 2026

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between March 2-8, 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).

F -- CERCLA REMOVAL ACTION AT MOJAVE NP (PRESOL)
SOL: 140P2126Q0049
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 27, 2026, IT WILL BE COMPETED AS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE. The National Park Service plans to issue a solicitation for a Non-Time Critical Removal Action (NTCRA) under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) at the 5-acre Hidden Hill Mine contaminated site within Mojave National Preserve (MOJA) in Southern California. The work includes removing approximately 69 cubic yards (CY) of commingled tailings and potentially affected underlying material, based on an assumed thickness of approximately one foot across an area of about 1,850 square feet (sf). To account for additional underlying material and soils that may become commingled during excavation activities, a conservative estimate of approximately 100 CY of material will be removed during this Removal Action (RA). Using a conversion factor of 1.5 tons per cubic yard, NPS estimates that approximately 150 tons of material will be excavated, transported, and disposed of as part of the RA. The work also includes preparation of post-award plans (Site Health and Safety Plan (SHASP), Under-an-Acre Pollution Prevention Plan (UPPP), Traffic Control Plan (TCP), Hazardous Material Spill Plan (HMSP), and Confirmatory and Waste Sampling and Analysis Plan (SAP)), characterizing the material, transporting it to appropriate disposal facility/ies, collecting and analyzing confirmation samples, and preparing a Response Action Completion Report (RACR). The estimated removal quantities are based on previous site investigations. The firm-fixed-price contract will use a combination of lump-sum and unit-priced items, subject to the variation in quantity clause in conjunction with an established ceiling and notification requirements. Additional details will be provided in the documents to be posted with the solicitation. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. A group site visit is scheduled at 10:00 AM on April 9, 2026. Pertinent details will be provided in Section L of the solicitation when it is posted. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored. There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/423d2b5dab3f40f6b4ce36df85e5bdd0/view
Posted: March 6, 2026
SPONSOR: U.S. Department of the Interior, National Park Service, Washington Contracting Office, Lakewood, CO

Z -- Z1DA--578-26-004: IDIQ ACM ABATEMENT SERVICES AT THE HINES VA HOSPITAL IN HINES, IL (PRESOL)
SOL: 36C25226R0038
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 20, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs plans to issue a solicitation for fire stopping, asbestos abatement, re-insulation, and hazardous substance removal work at the Hines VA Campus in Hines, Illinois. A pre-construction site walk-through is encouraged and should be coordinated by the CO. The contract will have a five-year ordering period with a maximum amount of $2.5M. There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/dd400781f6ff431f85d1d575ade18a80/view
Posted: March 16, 2026
SPONSOR: U.S. Department of Veterans Affairs, 252-Network Contract Office 12, Milwaukee, WI

F -- SYNOPSIS OF SOLICITATION; FA890326R0019; OPTIMIZED REMEDIATION CONTRACT AT FAIRCHILD AIR FORCE BASE, WASHINGTON (PRESOL)
SOL: FA890326R0019
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS AN 8(a) SET-ASIDE. The U.S. Department of the Air Force plans to issue a solicitation for environmental remediation activities under an Optimized Remediation Contract (ORC) at Fairchild Air Force Base (AFB) near Spokane, Washington. The ORC initiative intends to advance site cleanup during the Period of Performance (POP) in the most efficient and cost-effective manner, as supported by a cost-benefit analysis and exit strategy that achieves the greatest reduction in life-cycle cost (LCC). The Air Force is interested in a substantial reduction of long-term environmental liabilities and total LCC. These sites have complex attributes that have, to date, inhibited progress toward the achievement of RC. Work will include plan development; Preliminary Assessment/Site Inspection (PA/SI); Remedial Investigation or Remedial Investigation/Feasibility Study (RI or RI/FS), including supplemental investigations; preparation of Decision Documents; and Remedial Action-Operation (RA-O) or Long-Term Management (LTM). There is no solicitation at this time.
CITE: https://sam.gov/workspace/contract/opp/8e17e583381f4a94bd2019faff448f42/view
Posted: March 6, 2026
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, AF Installation and Missions Support Center, JBSA Lackland, TX