<?xml version="1.0"?>
<rss version="2.0">
	<channel>
		<title>CLU-IN Federal Contract Opportunities Update</title>
		<link>http://www.clu-in.org/fedbizopps/</link>
		<language>en-us</language>
		<description>CLU-IN Federal Contract Opportunities notices contain summaries of procurement notices issued the previous week that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics. If you would like to search for additional current and archived notices, or receive notification of solicitation amendments, please visit the Beta.SAM Contract Opportunities website at https://beta.sam.gov/ . For a complete list of RSS feeds available on CLU-IN, please visit http://www.clu-in.org/rss/about/ .</description>
		<copyright>Information presented is considered public information and may be distributed or copied. The U.S. Government retains a nonexclusive, royalty-free license to publish or reproduce these materials, or allow others to do so, for U.S. Government purposes. These materials may be freely distributed and used for non-commercial, scientific, and educational purposes. Commercial use of the materials available from this server may be protected under U.S. and Foreign Copyright Laws.</copyright>
		
		<lastBuildDate>Sun, 15 Mar 2026 22:05:19 GMT</lastBuildDate>
		
		
  
			
			<item>
				<title>F -- ASBESTOS REMOVAL GIMC (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;75H71026Q00030&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;December 31, 2025&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Navajo Area Indian Health Service requires a contractor to conduct asbestos abatement from Operating Room No. 5 and Operating Room Sterilizer Room 4571 at the Gallup Indian Medical Center campus in Gallup, New Mexico. The contractor shall conduct comprehensive assessments and field verifications to support asbestos abatement, including measuring and calculating quantities of asbestos-containing floor tiles and black mastic adhesive to be removed, cleaning concrete decking in preparation for new flooring, and developing complete cost estimates and project schedules. The contractor shall provide all labor, supervision, tools, equipment, materials, and services necessary to safely remove, contain, bag, transport, and dispose of asbestos waste at an approved landfill, in compliance with applicable codes and requirements. A competent supervisor shall oversee all work, ensure high-quality workmanship, and promptly notify Facility Maintenance of any issues encountered, while coordinating with GIMC for plans and building information. The contractor shall identify additional high-risk exposure items, be prepared to address unforeseen conditions, complete all work within the Period of Performance, and provide a one-year warranty on workmanship. The award will go to the responsible offeror whose offer conforms to the solicitation and is considered to be most advantageous to the Government, price and other factors considered. OFFERS ARE DUE BY 12:00 PM ON DECEMBER 31, 2025. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/40c15ad0b84646878a66f586dc180006/view"&gt;https://sam.gov/workspace/contract/opp/40c15ad0b84646878a66f586dc180006/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;December 16, 2025&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Health and Human Services, Indian Health Service, Navajo Area Indian Health Service, Window Rock, AZ</description>
                   <pubDate>Tue, 16 Dec 2025 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1973</link></item>
			
			<item>
				<title>A -- STRATEGIC ENVIRONMENTAL RESEARCH AND DEVELOPMENT PROGRAM CORE BROAD AGENCY ANNOUNCEMENT (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HQ26S0001&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 13, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541715. The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) invites both small and large businesses to submit pre-proposals under a Broad Agency Announcement for competitive research addressing Environmental Restoration, Resource Conservation and Resilience, and Weapons Systems and Platforms, with an emphasis on innovative technologies and methods that improve DoD environmental outcomes, reduce risk, and lower costs or timelines. Pre-proposals will be evaluated through a multi-stage review process based on technical merit, personnel, and cost. Selected offerors may be invited to submit full proposals, which will also be evaluated on transition planning. Awards are anticipated to take the form of multiple contracts totaling approximately $10 million, subject to proposal quality and funding availability, with no guarantee of award or reimbursement of proposal preparation costs. submittal instructions can be found on the DoD SERDP website at &lt;A HREF=&quot;https://serdp-estcp.mil/workwithus&quot;&gt;https://serdp-estcp.mil/workwithus&lt;/A&gt;. PRE-PROPOSAL ARE DUE BY 2:00 PM EST ON JANUARY 13, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/64583b86213545b9bc93da04bea9589f/view"&gt;https://sam.gov/workspace/contract/opp/64583b86213545b9bc93da04bea9589f/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;November 14, 2025&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, SCO Alexandria, Engineer Center Support Act Humphreys, Alexandria, VA</description>
                   <pubDate>Fri, 14 Nov 2025 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1974</link></item>
			
			<item>
				<title>A -- STRATEGIC ENVIRONMENTAL RESEARCH AND DEVELOPMENT PROGRAM SUPPLEMENTAL BROAD AGENCY ANNOUNCEMENT (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HQ26S0025&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 5, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541715. The Department of Defense (DoD) Strategic Environmental Research and Development Program (SERDP) invites both small and large businesses to submit pre-proposals under a Broad Agency Announcement for competitive research focused on Weapons Systems and Platforms, with an emphasis on innovative technologies and methods that improve DoD environmental outcomes, manage risk, and reduce costs or timelines. Pre-proposals will be evaluated through a multi-stage review process based on technical merit, personnel, and cost. Selected offerors may be invited to submit full proposals, which will also be evaluated on transition planning. Awards are anticipated to take the form of multiple contracts totaling approximately $10 million, subject to proposal quality and funding availability, with no guarantee of award or reimbursement of proposal preparation costs. Submittal instructions can be found on the DoD SERDP website at &lt;A HREF=&quot;https://serdp-estcp.mil/workwithus&quot;&gt;https://serdp-estcp.mil/workwithus&lt;/A&gt;
. PRE-PROPOSALS ARE DUE BY 2:00 PM EST ON FEBRUARY 5, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/63fdc505db3645408f58992b9198f820/view"&gt;https://sam.gov/workspace/contract/opp/63fdc505db3645408f58992b9198f820/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;December 10, 2025&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, SCO Alexandria, Engineer Center Support Act Humphreys, Alexandria, VA</description>
                   <pubDate>Wed, 10 Dec 2025 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1975</link></item>
			
			<item>
				<title>F -- AE ENVIRONMENTAL SB MATOC (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912QR-AE-Enviromental-SB-MATOC&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 14, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541330. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers (USACE), Great Lakes and Ohio River Division, is conducting market research to determine whether there are enough interested and qualified small business concerns to support setting aside a future requirement. Small Businesses, including certified HUBZone, 8(a), Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, are encouraged to respond if interested. The anticipated requirement involves architect-engineer (A-E) servicsupporting a wide range of Hazardous, Toxic, and Radiological (HTRW) and other environmental projects, performed in compliance with applicable federal, state, and local laws and regulations and within required schedules. Services may include environmental investigations, studies, designs, and technical support under programs such as CERCLA, SARA, RCRA, TSCA, the Clean Water Act, and related federal authorities. Project activities are expected to span environmental investigation and remediation phases, including Remedial Investigations (RI), Feasibility Studies (FS), Proposed Plans (PP), Decision Documents (DD), Remedial Designs (RD), Remedial Action-Construction (RA-C), and comparable RCRA activities, as well as Engineering Evaluations and Cost Analyses (EECAs) and Title V air toxics studies. Projects are generally of low to moderate complexity and focus on soil, sediment, and groundwater investigations addressing contaminants such as volatile organic compounds and explosives, and may include soil vapor intrusion evaluations, pilot studies, and pre-design environmental work associated with military construction. The scope also includes preparation of compliance documentation requiring review and approval by state-licensed professionals such as Professional Engineers (PEs), Professional Geologists (PGs), or Registered Architects (RAs). RESPONSES ARE DUE BY 2:00 PM EST ON JANUARY 14, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/717a9d5ef13b4c5a97645506ca8108f2/view"&gt;https://sam.gov/workspace/contract/opp/717a9d5ef13b4c5a97645506ca8108f2/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;December 19, 2025&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Engineer Division, Great Lakes and Ohio, Louisville, KY</description>
                   <pubDate>Fri, 19 Dec 2025 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1976</link></item>
			
			<item>
				<title>F -- CONSTRUCT REPOSITORY COVER TO SUPPORT THE CALLAHAN MINE SUPERFUND SITE IN BROOKSVILLE, MAINE (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912WJ25BA027&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MID-JANUARY 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, New England District, plans to issue a solicitation for the construction of the repository cover to support the Callahan Mine Superfund Site in Brooksville, Maine. The general scope of work will involve installing a composite cap over an area of approximately 13 acres. The purpose of the cap is to limit infiltration through mine waste remaining after historical copper mine operations performed on the property. The mine waste consists of rock and rock-amended sediment previously consolidated and graded as part of recent and ongoing Superfund remediation activities. The expected components of the composite cap include (in order from the surface): 12 inches crushed stone (3-inch minus), a geocomposite drainage layer, a 60-mil textured geomembrane (seam welded), and geofabric. Other activities to be performed under this contract may include installation of drainage features (e.g., swales, culverts, etc.), grading, seeding and stabilization of disturbed areas outside stone cover system, stockpile management, and wetland improvements. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/0c65c2669d664063bec1cd2ab6d1b2f7/view"&gt;https://sam.gov/workspace/contract/opp/0c65c2669d664063bec1cd2ab6d1b2f7/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;December 17, 2025&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, North Atlantic Engineer Division, New England District, Concord, MA</description>
                   <pubDate>Wed, 17 Dec 2025 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1977</link></item>
			
			<item>
				<title>F -- MILL VALLEY (QMV) ARSR REMEDIAL INVESTIGATION AND REMOVAL ACTION (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;697DCK-26-R-00099&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The FAA seeks responses from interested SBA 8(a) vendors that are qualified to support a remedial investigation and related removal actions at multiple locations at the Mill Valley ARSR located at Mount Tamalpais in Marin County, California, just west of Mill Valley and north of San Francisco. The contractor will be required to remove three onsite underground storage tanks (USTs), perform a removal action (RA) for petroleum-impacted soils at all three UST sites, and decommission two duct banks present within the work area. Work will also include delineation of soil contamination (lead, petroleum, and TCE), surface soil, vapor, and soil boring sampling, potential asbestos evaluation, and offsite disposal of tanks, piping, soils, and concrete, with no groundwater sampling anticipated. CAPABILITY STATEMENTS ARE DUE BY 10:00 AM CST ON JANUARY 6, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/a1726d2135fa499f87d1b27d213f6d81/view"&gt;https://sam.gov/workspace/contract/opp/a1726d2135fa499f87d1b27d213f6d81/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;December 22, 2025&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 697 Regional Acquisitions Services, Fort Worth, TX</description>
                   <pubDate>Mon, 22 Dec 2025 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1978</link></item>
			
			<item>
				<title>P -- P400--528A5-26-504 BUILDING 6 GROUND FLOOR ABATEMENT CANANDAIGUA VAMC (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C24226B0033&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT JANUARY 16, 2025, IT WILL BE COMPETED AS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs seeks a qualified contractor interested in performing a comprehensive removal of asbestos-containing flooring in Building 6 of the VA Medical Center in Canandaigua, New York. Additionally, the project will involve demolition of partition walls, bathroom fixtures, concrete masonry unit (CMU) walls, and heating systems. Before work begins, the VA will relocate all equipment. Once the abatement plan is received and accepted, the VA will engage a third-party contractor to conduct air monitoring. Additionally, a brief overview of the construction work will be included in the Statement of Work (SOW). The magnitude of the project is between $250,000 and $500,000. Information regarding the scheduled site visit will be stated in the Solicitation when it is released. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/3ff89d85d7cc4bb1b4a5991d52595783/view"&gt;https://sam.gov/workspace/contract/opp/3ff89d85d7cc4bb1b4a5991d52595783/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 2, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 242-Network Contract Office 02, Albany, NY</description>
                   <pubDate>Fri, 2 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1979</link></item>
			
			<item>
				<title>SOURCES SOUGHT MARKET SURVEY - ASBESTOS ABATEMENT - QKK AIR ROUTE SURVEILLANCE RADAR SITE - KOKE&apos;E STATE PARK, KAUAI HI (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;6973GH-26-R-45729&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 30, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S.
Department of Transportation, Federal Aviation Administration, seeks responses from qualified firms interested in supporting the QKK (Koke&apos;e) Asbestos Abatement Project at the Radar site located within Koke&apos;e State Park in Kauai, Hawaii. Asbestos testing was completed in May 2025, confirming multiple areas with 3-7% chrysotile in buildings 1, 5 and 10. QKK ARSR is an active, 24/7 operational facility, and all work must be coordinated with the FAA and performed on a &quot;not to interfere with operations&quot; basis. Any outages or access restrictions require FAA approval at least 24 hours in advance. Construction materials and staging are permitted only in FAA-approved areas, and the contractor is responsible for providing all temporary services needed to support construction. The contractor must also comply with site access restrictions, which may include submitting an employee access list prior to starting work, with all access coordinated through the project COR/Implementer. Upon completion, the contractor is required to clean up the site, restore grounds to their original condition, and properly dispose of all project waste. A site visit is scheduled on January 13, 2026, from 10 AM - 2 PM Hawaii time. RESPONSES ARE DUE BY 12:00 PM CST ON JANUARY 30, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/68e9f988846841f0a8a7ae8b0c0f8188/view"&gt;https://sam.gov/workspace/contract/opp/68e9f988846841f0a8a7ae8b0c0f8188/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 9, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 6973GH Franchise Acquisition Services, Oklahoma City, OK</description>
                   <pubDate>Fri, 9 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1980</link></item>
			
			<item>
				<title>F -- ASBESTOS AND LEAD ABATEMENT FOR WEST VIEW DFAC (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W911WN26QA015&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 16, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Pittsburgh District, requires a contractor to abate asbestos-containing material (ACM) and lead-based paint at the West View Dining Facility (DFAC) located at 100 Valley Hi Drive in Pittsburgh, Pennsylvania. The contractor shall remove and dispose of approximately 175 linear feet of asbestos pipe insulation, 12 square feet of asbestos flue insulation, 1,440 square feet of asbestos floor tile and mastic, and 1,000 square feet of cementitious panels. Additionally, lead-based paint will be abated from approximately 2,800 square feet of exterior surfaces and 4,800 square feet of interior surfaces, including walls, doors, windows, and ceilings, with inspection and abatement of 200 square feet in the boiler room. The contractor will apply encapsulating sealants and a finish coat of paint to the treated areas, decontaminate all personnel and equipment, and transport waste to an EPA-approved disposal facility. The work must comply with all applicable OSHA, EPA, and Army regulations, including 40 CFR Part 61 (NESHAP), OSHA asbestos and lead standards, and EM 385-1-1 safety requirements. The project must be completed within 60 calendar days from issuance of the Notice to Proceed, with work conducted during normal business hours. OFFERS ARE DUE BY 10:00 AM EST ON JANUARY 16, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/94f12b55cbc648ab9708d3db001fda5e/view"&gt;https://sam.gov/workspace/contract/opp/94f12b55cbc648ab9708d3db001fda5e/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Engineer Division Great Lakes and Ohio, Pittsburgh District, Pittsburgh, PA</description>
                   <pubDate>Tue, 6 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1981</link></item>
			
			<item>
				<title>A -- ENVIRONMENTAL SECURITY TECHNOLOGY CERTIFICATION PROGRAM (ESTCP) ENVIRONMENTAL TECHNOLOGY DEMONSTRATIONS (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HQ26S0003&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 12, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541715. The Environmental Security Technology Certification Program (ESTCP) is the Department of Defense&apos;s (DoD&apos;s) demonstration and validation program for environmental and installation energy technologies. The ESTCP Office is interested in receiving pre-proposals for innovative technology demonstrations that address DoD environmental and installation energy requirements as candidates for funding. The pre-proposal review step allows interested organizations to submit technology demonstrations for Government consideration without incurring the expense of a full proposal. Based upon the pre-proposal evaluation by ESTCP, each of the pre-proposal submitters will be notified as to whether ESTCP requests or does not request the submission of a full proposal. As noted in the instructions located on the ESTCP website, evaluation criteria for pre-proposals are, in decreasing order of importance, Technical Merit, Cost/Benefit of Technology, Transition Potential, and Cost of Proposal. Due to the anticipated volume of pre-proposals that will be received, the Government will not provide debriefs to those who are not requested to submit a full proposal. Instructions for preparing a full proposal will be provided at the time of notification. A request for submission of a full proposal does not indicate a decision has been made to make an award. Readers should note that this is an announcement to declare ESTCP&apos;s intent to competitively fund demonstration projects as described in the Program Announcement on the ESTCP website. The Program Announcement and complete submittal instructions are found at &lt;A HREF=&quot;https://serdp-estcp.mil/workwithus&quot;&gt;https://serdp-estcp.mil/workwithus&lt;/A&gt;. There is no commitment by ESTCP to make any contract awards, nor to be responsible for any cost incurred by the offeror before a contract award is made. It is expected that multiple awards totaling approximately $10 million will result, depending on the availability of funds. TO BE ELIGIBLE FOR CONSIDERATION, PARTIES WISHING TO RESPOND TO THIS ANNOUNCEMENT MUST SUBMIT A PRE-PROPOSAL IN ACCORDANCE WITH THE INSTRUCTIONS ON THE WEBSITE, NO LATER THAN 2:00 PM EASTERN TIME ON MARCH 12, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/98c09c1f979e4403bb1c8b08cdcc3c93/view"&gt;https://sam.gov/workspace/contract/opp/98c09c1f979e4403bb1c8b08cdcc3c93/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 8, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, Alexandria, VA</description>
                   <pubDate>Thu, 8 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1982</link></item>
			
			<item>
				<title>F -- ASBESTOS ABATEMENT (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W913E526QA002&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 20, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Cold Regions Research and Engineering Laboratory (CRREL) in Hanover, New Hampshire, has a requirement for removal and disposal of 3,884 square feet of asbestos floor tile, attached thin-set mortar, and 83 linear feet x 4&quot;- 6&quot; of sheetrock. The prospective contractor must be licensed by the State of New Hampshire to perform asbestos abatement. The contractor shall perform asbestos abatement in a manner that ensures no asbestos fibers remain in or migrate to other areas of the facility. The contractor is responsible for obtaining and maintaining all required licenses and completing all state notifications and administrative submissions necessary to perform the work. The contractor shall travel to the CRREL facilities to remove asbestos-containing floor tile, mastic, and cove molding from the following locations: 300 square feet of floor tile and mastic and 78 feet of cove molding and mastic in Room 32A; 176 square feet of floor tile and mastic and 63 feet of cove molding and mastic in Room 32B; 235 square feet of floor tile and mastic and 61 feet of cove molding and mastic in Room 34; 1,103 square feet of floor tile and mastic and 127 feet of cove molding and mastic in Room 154; 44 square feet of floor tile and mastic and 21 feet of cove molding and mastic in Room 154A; 503 square feet of floor tile and mastic and 92 feet of cove molding and mastic in Room 154B; 192 square feet of floor tile and mastic and 133 feet of cove molding and mastic in Room 154C; 297 square feet of floor tile and mastic and 72 feet of cove molding and mastic in Room 154D; 27 square feet of floor tile and mastic and 21 feet of cove molding and mastic in Room 154H; 91 square feet of floor tile and mastic and 42 feet of cove molding and mastic in Room 156; 322 square feet of floor tile and mastic and 72 feet of cove molding and mastic in Room 158; and 594 square feet of floor tile and mastic and 99 feet of cove molding and mastic in Room 174. Rooms 32A, 32B, and 34 contain carpet installed over the existing floor tile, and the contractor is responsible for the removal and proper disposal of the carpet in those rooms. Award will be made to the responsible offeror whose offer represents the Best Value to the Government, in consideration of all factors. The basis for award will be an acceptable offer, the price of which may not be the lowest. OFFERS ARE DUE BY 12:00 PM ON JANUARY 20, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/8cf1e24ca6234194b31ac0584f17fc40/view"&gt;https://sam.gov/workspace/contract/opp/8cf1e24ca6234194b31ac0584f17fc40/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 7, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Engineering Research and Development Center, Hanover, NH</description>
                   <pubDate>Wed, 7 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1983</link></item>
			
			<item>
				<title>F -- 2-BACA_1-HAYSTACK SDV (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140A0926Q0006&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 2, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS AN INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE (ISBEE) SET-ASIDE (SPECIFIC TO THE DEPARTMENT OF INTERIOR AND INDIAN HEALTH SERVICES). The Bureau of Indian Affairs (BIA) Navajo Regional Office (NRO), Branch of Environmental Management (BEM), is initiating a remediation and restoration project for three former sheep dip vat sites located in Prewitt, New Mexico, under the jurisdiction of the Baca Chapter. The purpose of this project is to eliminate environmental hazards associated with these abandoned sheep dip vats and restore the affected areas to their natural condition. The selected contractor will be responsible for performing comprehensive site assessments, remediation of contaminated materials, and restoration activities. This includes removal of all remaining structures and remnants of the vats, excavation and proper disposal of contaminated soils, and final site restoration through backfilling and reseeding with a native plant species mix consistent with surrounding undisturbed areas. These sites have been identified on the Navajo Nation Brownfields Inventory and are known to contain toxaphene contamination in soil and potentially in water. Due to the potential persistence of regulated contaminants in soil, BEM is requesting that the entire site be resampled to confirm that no hazardous substances remain. Historically, sheep dip vat operations have been associated with various regulated chemicals; therefore, comprehensive sampling is necessary to identify and address any contaminants requiring cleanup. The period of performance shall be 120 calendar days from the issuance of the Notice to Proceed. OFFERS ARE DUE BY 4:00 PM MST ON FEBRUARY 2, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/b2a6e49273e74ea0b49421a9352c2b0b/view"&gt;https://sam.gov/workspace/contract/opp/b2a6e49273e74ea0b49421a9352c2b0b/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 20, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Interior, Bureau of Indian Affairs, Navajo Region, Gallup, NM</description>
                   <pubDate>Tue, 20 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1984</link></item>
			
			<item>
				<title>SOURCES SOUGHT MARKET SURVEY - ASBESTOS ABATEMENT - QKK AIR ROUTE SURVEILLANCE RADAR SITE - KOKE&apos;E STATE PARK, KAUAI HI (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;6973GH-26-R-45729&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 30, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S.
Department of Transportation, Federal Aviation Administration, requires a contractor for the planning and execution associated with the QKK (Koke&apos;e) Asbestos Abatement Project at the Radar site located within Koke&apos;e State Park in Kauai, Hawaii. Asbestos testing was completed in May 2025 confirming multiple areas with 3-7% chrysotile in buildings 1, 5 and 10. The project scope includes asbestos abatement in identified areas, restoration of select areas using non-asbestos materials to match existing conditions, replacement of select building components, and proper cleanup and disposal of all project waste. The contractor is responsible for temporary services and compliance with all facility access and safety requirements. RESPONSES ARE DUE BY JANUARY 30, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/20d96f00498e449f82b2380789d4c8ea/view"&gt;https://sam.gov/workspace/contract/opp/20d96f00498e449f82b2380789d4c8ea/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 14, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 6973GH Franchise Acquisition Services, Oklahoma City, OK</description>
                   <pubDate>Wed, 14 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1985</link></item>
			
			<item>
				<title>SYNOPSIS OF SOLICITATION; FA890326R0001; MISSISSIPPI OPTIMIZED REMEDIATION CONTRACT AT COLUMBUS AIR FORCE BASE, MS AND KEESLER AIR FORCE BASE, MS (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA890326R0001&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A SECTION (8)A SET ASIDE. The U.S. Department of the Air Force&apos;s 772d Enterprise Sourcing Squadron intends to issue a Request for Proposal (RFP) for a Firm-Fixed-Price contract for Optimized Remediation Services at Columbus Air Force Base and Keesler Air Force Base, both in Mississippi. The range of activities will include investigation, design, and 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. Remediation activities at Columbus AFB are being conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA) and the National Oil and Hazardous Substances Contingency Plan (NCP). Remediation activities at Keesler AFB are being conducted pursuant to Resource Conservation and Recovery Act (RCRA) requirements. The Air Force requires that all sites be remediated to standards that allow for the current or reasonably anticipated future land use of the property. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/e69b1b552d74414587d5ca8f49f2ccef/view"&gt;https://sam.gov/workspace/contract/opp/e69b1b552d74414587d5ca8f49f2ccef/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 13, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Materiel Command, AF Installation and Missions Support Center, JBSA Lackland, TX</description>
                   <pubDate>Tue, 13 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1986</link></item>
			
			<item>
				<title>C -- N4008526R0051 EV32 BETHPAGE SITE 1 AND SITE 4 OM AND M OF SITE 1 AND SITE 4 ON PROPERTY REMEDIAL SYSTEMS (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;N4008526R0051&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 17, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of the Navy, Naval Facilities Engineering Systems Command, requires a contractor to perform long-term environmental operations, maintenance, and monitoring of the Site 1 and Site 4 remediation systems at the Naval Weapons Industrial Reserve Plant in Bethpage, New York. The contractor will perform Operations, Maintenance &amp; Monitoring (OM&amp;M) of the Site 1 Soil Vapor Extraction System (SVE) and cap, and the Site 4 biosparge system, in accordance with approved operations and monitoring plans, coordinate with NWIRP and state regulators, and submit a final report at the end of the performance period. Site 1 addresses soil vapor contamination primarily from chlorinated solvents, particularly TCE, as well as certain metals and PCBs, through continued operation of the SVE system and monitoring to protect nearby properties, while Site 4 focuses on groundwater and subsurface soil contamination associated with former underground storage tanks, using a biosparge system supported by prior steam injection activities. The award will be a firm-fixed-price contract with a 12-month period of performance with options to extend work for up to a total of 54 months. OFFERS ARE DUE BY 2:00 PM EST ON FEBRUARY 17, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/908a041da59e48b4b03caa64841c52bf/view"&gt;https://sam.gov/workspace/contract/opp/908a041da59e48b4b03caa64841c52bf/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 15, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Navy, Naval Facilities Engineering Systems Command, Mid-Atlantic Command, Norfolk, VA</description>
                   <pubDate>Thu, 15 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1987</link></item>
			
			<item>
				<title>F -- TAR LAKE SUPERFUND (SF) (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;PANGLR-26-P-0000028080&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 28, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers Detroit District is seeking qualified firms that are interested in providing construction services for environmental remedial excavation, biosparge system installation, and environmental remedial monitoring at a Superfund site in Mancelona Township, Michigan. The work includes developing an EPA-approved Quality Assurance Project Plan, mobilizing to the project site, excavating approximately 215,000 tons of contaminated soil with temporary shoring, backfilling with clean imported soils, and installing 28 new biosparge wells and an approximately 160 square foot pre-engineered structure to house the compressors. Ancillary activities include abandoning existing groundwater monitoring wells, installing new groundwater monitoring wells, installing erosion control measures, conducting a utility survey to locate existing biosparge system piping, confirmation soil sampling, and site restoration. The place of performance will be located in Mancelona Township, Antrim County, Michigan. The anticipated performance period for this requirement is approximately 1,080 calendar days, and the contract is expected to be solicited during the third quarter of calendar year 2026. Interested companies with relevant experience are encouraged to respond by providing descriptions of three projects, completed or substantially completed within the past ten years, that are similar in size, scope, and dollar value, and for which the contractor served as the prime contractor. The project examples should demonstrate the contractor&apos;s capabilities in contaminated soil excavation, biosparge system construction, and environmental monitoring. RESPONSE ARE DUE BY 2:00 PM EST ON JANUARY 28, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/cb5fe136e93f405ebca15b5fd456d07f/view"&gt;https://sam.gov/workspace/contract/opp/cb5fe136e93f405ebca15b5fd456d07f/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 13, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Detroit District, MI</description>
                   <pubDate>Tue, 13 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1988</link></item>
			
			<item>
				<title>F -- GROUNDWATER PUMP AND TREATMENT SYSTEM OPERATION SEMI-ANNUAL GROUNDWATER MONITORING (FY26) (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W911QY-26-R-GROUNDWATER&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;January 30, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Army Contracting Command -- Aberdeen Proving Ground, Natick Division, requires a contractor to provide environmental remediation services. These services include operation of the groundwater pump-and-treat system and semiannual groundwater monitoring at three sites: NRDEC-05, NRDEC-11, and NRDEC-16. The sites are located at the U.S. Army Soldier Systems Center (SSC) in Natick, Massachusetts. The SSC was placed on the National Priorities List (NPL) on May 31, 1994, primarily due to detections of chlorinated solvents in groundwater. A pilot groundwater extraction and treatment system was initiated in 1998. The three groundwater sites are within the footprint of the 78-acre SSC installation and contain groundwater contaminated with trichloroethylene (TCE), tetrachloroethylene (PCE), or a combination of both. All three sites are currently treated using the same pump-and-treat technology at a single treatment facility under one Record of Decision and are in Remedial Action-Operation (RA-O) status. At this time, all other known areas of sediment and soil contamination at the installation have been remediated. Work may include, but is not limited to, site investigation, site characterization, evaluation of remedial alternatives, remedial design, remedial construction, remediation of contaminated sites, remedial action operations, and long-term management. The Government intends to award a single firm-fixed-price (FFP) contract to the offeror whose proposal represents the best value to the Government. The anticipated period of performance is five (5) years. Reporting for RA-O and/or long-term monitoring requirements shall be completed no later than six months after the end of the period of performance for the applicable CLIN(s). OFFERS ARE DUE BY 12:00 PM ON JANUARY 30, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/ffbe229905cb4b1ebaa5974a0d00a15e/view"&gt;https://sam.gov/workspace/contract/opp/ffbe229905cb4b1ebaa5974a0d00a15e/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 16, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Army, Army Materiel Command, Army Contracting Command, Natick, MA</description>
                   <pubDate>Fri, 16 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1989</link></item>
			
			<item>
				<title>F -- EIGHTEEN MILE CREEK SATOC (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912DQ26RA031&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET ASIDE. The U.S. Army Corps of Engineers plans to issue a solicitation for a Single Award Task Order Contract (SATOC) to support recurring remedial action efforts at Operable Units 1, 2, and 4 of the Eighteen Mile Creek Superfund Site in Niagara County, New York. The overall objective is to perform excavation, transportation, and disposal of lead-contaminated soil that exceeds the Record of Decision (ROD)- specified cleanup levels. This notice does not constitute a commitment on the part of the Government to award a contract. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/b30c6649866b4c6b8a6a2ef5ee2d764a/view"&gt;https://sam.gov/workspace/contract/opp/b30c6649866b4c6b8a6a2ef5ee2d764a/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 14, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Engineer Division Northwestern, Kansas City District, Kansas City, MO</description>
                   <pubDate>Wed, 14 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1990</link></item>
			
			<item>
				<title>F -- LIBBY ASBESTOS SUPERFUND SITE RESPONSIBLE PARTY OVERSIGHT, PROPOSED PLAN, RECORD OF DECISION (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9128F26RA045&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 23, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers, Omaha District, seeks a contractor to provide Responsible Party Oversight, oversight of the Feasibility Study (FS) process, and, as an optional task, prepare a Proposed Plan (PP) and Record of Decision (ROD) to document the remedy selection process for OU3 at the Libby Superfund Site in Libby, Montana. Libby is a community in northwestern Montana located near a large open-pit vermiculite mine (Operable Unit [OU3]). Vermiculite from the Libby mine is known to be contaminated with amphibole asbestos (tremolite-actinolite series). Oversight of the FS process will include project management, planning, reporting, and technical support to independently evaluate PRP-led technology screening, alternatives analysis, and overall FS completeness and consistency with the Libby sitewide FS format. Oversight will ensure integration of prior agreements, workshop outcomes, risk management, health and safety requirements, cost estimating, and relevant historical data and interagency inputs. Oversight of Feasibility Study process will also encompass coordination and facilitation of an iterative interagency review and comment process, including workshops to resolve comments with EPA and participating agencies. If the option to prepare a PP and ROD is exercised, the work will include documenting remedy selection for OU3 in accordance with EPA guidance. The work will support EPA&apos;s CERCLA and NCP public participation requirements, including development of outreach materials, facilitation of public meetings, and preparation of public comment responses and the responsiveness summary. The award will be a Cost-Plus-Fixed-Fee pricing arrangement contract with a performance period of 36 months from the date of award. OFFERS ARE DUE BY 12:00 PM CST ON FEBRUARY 23, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/35bd8d4b96e8468e8cb36e617f3d348b/view"&gt;https://sam.gov/workspace/contract/opp/35bd8d4b96e8468e8cb36e617f3d348b/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 23, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Northwestern Engineer Division, Omaha District, NE</description>
                   <pubDate>Fri, 23 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1993</link></item>
			
			<item>
				<title>F -- NNETTE ISLAND, AK REMEDIAL INVESTIGATION (RI) AND REMEDIAL ACTION (RA) FOR SITE 51 AND 53 (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;697DCK-26-R-00129&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 9, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The Federal Aviation Administration (FAA) seeks responses from SBA-certified 8(a) small disadvantaged businesses with relevant experience to assess the market interest in advance of a future solicitation. Work includes performing remedial investigations and remedial actions at the FAA Storage Yard and Former Housing Area at the former FAA Station on the Annette Island Reserve in Alaska. The work will be conducted in a remote environment under the authority of the Metlakatla Indian Community (MIC). It will require demonstrated experience working with MIC Environmental Council regulations and local permitting requirements. The project includes investigation and remediation of petroleum, lead, PCBs, and asbestos in soil and groundwater; vegetation clearing and excavation; groundwater well installation; waste management; and extensive logistical planning due to limited transportation, communications, and laboratory access. Field activities are anticipated for the Spring/Summer 2026 season. CAPABILITY STATEMENTS ARE DUE BY 12:00 PM ON FEBRUARY 9, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/7e79e2e66fff451fbdba8825a6ff0106/view"&gt;https://sam.gov/workspace/contract/opp/7e79e2e66fff451fbdba8825a6ff0106/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 29, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Transportation, Federal Aviation Administration, 697DCK Regional Acquisitions Services, Fort Worth, TX</description>
                   <pubDate>Thu, 29 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1995</link></item>
			
			<item>
				<title>F -- REMOVAL OF LEAD PAINT AND PAINTING MOORING (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;PANGLR26P0000029240&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 16, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers (USACE), Detroit District, is conducting market research to identify firms capable of providing professional industrial hygiene services and lead-based paint abatement, disposal, and repainting of mooring buttons and cleats at the St. Mary&apos;s Falls Canal in Sault Ste. Marie, Michigan. The anticipated work includes oversight and air monitoring during abatement, removal, and disposal of lead-containing paint from approximately 339 mooring buttons and associated cleats using approved methods, and subsequent priming and repainting in accordance with specified coatings and standards. The project is expected to be completed within approximately six months after award, with a solicitation anticipated in late February or early March 2026. COMPLETED QUESTIONNAIRES ARE DUE BY 3:00 PM EST ON FEBRUARY 16, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d1c76bc702d5441c869d29df493a0118/view"&gt;https://sam.gov/workspace/contract/opp/d1c76bc702d5441c869d29df493a0118/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 2, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Detroit District, Detroit, MI</description>
                   <pubDate>Mon, 2 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1996</link></item>
			
			<item>
				<title>F -- FORMALLY UTILIZED SITES REMEDIAL ACTION PROGRAM (FUSRAP) SHALLOW LAND DISPOSAL AREA (SLDA) REMEDIATION PROJECT (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912P426RA003&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 13, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers, Buffalo District, seeks a contractor for a C-type hybrid contract containing both cost-reimbursable and firm-fixed-price line items to provide remediation services for the Formerly Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project. This project addresses environmental remediation needs at the SLDA Site in accordance with the approved Record of Decision and is critical to ensure the safety of site workers, the public, and the surrounding ecosystem. The selected contractor will furnish all labor, equipment, materials, and technical services required to support site mobilization, infrastructure upgrades, excavation and off-site disposal of contaminated soil and debris, operation of on-site laboratories and water treatment systems, environmental and health physics monitoring, confirmation sampling, site restoration, and demobilization, and will provide ongoing technical support to USACE using the established hazardous, toxic, and radioactive waste remedial action work breakdown structure. OFFERS ARE DUE BY 1:00 PM EDT ON MARCH 13, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/94b65632e845413c92f31eff5ab3b1b1/view"&gt;https://sam.gov/workspace/contract/opp/94b65632e845413c92f31eff5ab3b1b1/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 30, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Great Lakes and Ohio Engineer Division, Buffalo District, Buffalo, NY</description>
                   <pubDate>Fri, 30 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1997</link></item>
			
			<item>
				<title>F -- CONSTRUCT REPOSITORY COVER TO SUPPORT THE CALLAHAN MINE SUPERFUND SITE IN BROOKSVILLE, MAINE (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912WJ26BA008&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 2, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers requires a contractor to construct a repository cover to support the Callahan Mine Superfund Site in Brooksville, Maine. The general scope of work for the proposed contract involves installing a composite cap over an area of approximately 13 acres. The purpose of the cap is to limit infiltration through mine waste remaining after historical copper mine operations performed on the property. The mine waste consists of rock and rock-amended sediment previously consolidated and graded as part of recent and ongoing Superfund remediation activities. The expected components of the composite cap include (in order from the surface): 12 inches crushed stone (3-inch minus), geocomposite drainage layer, 60-mil textured geomembrane (seam welded), and geofabric. Other activities to be performed under this contract may include installation of drainage features (e.g., swales, culverts, etc.), grading, seeding and stabilization of disturbed areas outside stone cover system, stockpile management, and wetland improvements. OFFERS ARE DUE BY 1:00 PM EST ON MARCH 2, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/a5545aae062343d7a1d7b391dd6a5156/view"&gt;https://sam.gov/workspace/contract/opp/a5545aae062343d7a1d7b391dd6a5156/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;January 29, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, North Atlantic Engineer Division, New England District, Concord, MA</description>
                   <pubDate>Thu, 29 Jan 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#1998</link></item>
			
			<item>
				<title>F -- 509 SFS RANGE CLEANING (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA462526Q1019&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 23, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Air Force, Air Force Global Strike Command, requires a contractor to perform copper and hazardous waste decontamination, cleanup, removal and disposal from the Combat Arms 25-meter firing range in Building 1235 at Whiteman Air Force Base in Missouri. The contractor shall remove copper dust and all debris (hazardous and nonhazardous) from the range floor, firing platform, backstop plates and behind the bullet trap. When needed, the 55-gallon &quot;skinny&quot; barrels from the Dust Collection Unit (DCU) and Auger system will be removed, disposed of, and replaced with a new barrel. The contractor shall also provide new 55 gal &quot;skinny&quot; barrels as needed, but no less than twice a year, and replace the DCU filters. The use of an explosion-proof, HEPA-filtered vacuum is required to remove heavy accumulations of lead dust and nitro cellulose. OFFERS ARE DUE BY 10:00 AM CST ON FEBRUARY 23, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d2613c6ae2864a9a9ba9fe5ec4fca58a/view"&gt;https://sam.gov/workspace/contract/opp/d2613c6ae2864a9a9ba9fe5ec4fca58a/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Global Strike Command, Whiteman AFB, MO</description>
                   <pubDate>Fri, 6 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2000</link></item>
			
			<item>
				<title>F -- HAZARDOUS MATERIALS CONSULTING &amp; ASBESTOS CONTAINING MATERIALS (ACM) COMPREHENSIVE SURVEY SERVICES (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;SS26-06&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 20, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541620. THIS IS A SOURCES SOUGHT NOTICES FOR MARKETING RESEARCH PURPOSES ONLY. The National Institute of Standards and Technology seeks interested contractors that are qualified to provide on-call hazardous materials consulting and comprehensive asbestos containing materials (ACM) survey services at the NIST Gaithersburg Campus in Maryland. Work will include routine and emergency asbestos bulk sampling, air monitoring, clearance inspections, negative exposure assessments, spill response for small-scale ACM disturbances, and review of construction scopes for ACM impacts, in compliance with applicable EPA, OSHA, and State of Maryland (COMAR) requirements. Services also include lead-containing materials sampling, industrial hygiene and occupational health and safety support (including mold investigations), asbestos and safety training, cost estimating and project monitoring for abatement activities, and maintenance of detailed electronic records. The contractor shall implement and maintain a comprehensive, expandable HAZMAT database to track hazardous materials inventories, locations, testing results, abatement history, risk prioritization, and associated documentation, and provide required reports, work plans, training, and coordination with NIST throughout the performance period. CAPABILITY STATEMENTS ARE DUE BY 3:00 PM FEBRUARY 20, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f562942732914b1792247ce2d21a1abf/view"&gt;https://sam.gov/workspace/contract/opp/f562942732914b1792247ce2d21a1abf/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 3, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD</description>
                   <pubDate>Tue, 3 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2001</link></item>
			
			<item>
				<title>A -- ENVIRONMENTAL SECURITY TECHNOLOGY CERTIFICATION PROGRAM (ESTCP) -- INSTALLATION ENERGY AND WATER TECHNOLOGIES (EW) SUPPLEMENTAL (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HQ26S0030&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 26, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541715. THIS IS A PRE-SOLICITATION NOTICE FOR PLANNING AND INFORMATIONAL PURPOSES ONLY. The Environmental Security Technology Certification Program (ESTCP), in coordination with the U.S. Army Corps of Engineers, seeks pre-proposals from qualified private sector organizations under a Broad Agency Announcement (BAA) for Fiscal Year 2027 to demonstrate and validate innovative, cost-effective Installation Energy and Water technologies that enhance Department of Defense (DoD) installation resilience, energy security, water efficiency, and infrastructure sustainment. ESTCP is soliciting mature, non-commercial technologies that have completed proof-of-concept and are ready for operational demonstration at DoD facilities to generate defensible cost and performance data, support regulatory and end-user acceptance, and accelerate technology transition and implementation across DoD. Selected projects will involve structured demonstrations under real-world conditions, development of guidance and reporting deliverables, engagement with DoD users and regulators, and participation in a multi-stage competitive evaluation process beginning with a mandatory pre-proposal submission. TO BE ELIGIBLE FOR CONSIDERATION, PARTIES WISHING TO RESPOND TO THIS ANNOUNCEMENT MUST SUBMIT A PRE-PROPOSAL IN ACCORDANCE WITH THE INSTRUCTIONS ON THE WEBSITE, NO LATER THAN 2:00 PM EDT ON MARCH 26, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/6cc929c109174254b8fbd1a72d736267/view"&gt;https://sam.gov/workspace/contract/opp/6cc929c109174254b8fbd1a72d736267/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 3, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, Alexandria, VA</description>
                   <pubDate>Tue, 3 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2002</link></item>
			
			<item>
				<title>Y -- Y1DZ--B3-FOURTH FLOOR PACT RENOVATION PROJECT # 659-26-800 (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C24626R0031&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 13, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;236220. THIS IS A SOURCES SOUGHT NOTICES FOR MARKETING RESEARCH PURPOSES ONLY. The U.S. Department of Veterans Affairs seeks responses from qualified firms that are interested in supporting a PACT Renovation at the VA Medical Center in Salisbury, Maryland. The project requires the renovation of multiple sections of the facility, encompassing approximately 24,000 SF. Work ranges from cosmetic upgrades with no wall demolition (Sections A, C, and part of F) to light demolition and reconfiguration for open Team Areas or new Exam Rooms/Offices (Sections D, E, G, and F), and heavy demolition of CMU walls with full reframing in Section B. Across all areas, scope includes new ceiling grids and tiles, new flooring (LVT or carpet depending on use), painting where applicable, and installation of new fan coil units with associated piping. The project also requires asbestos abatement for existing VCT mastic and hydronic pipe insulation. Construction will involve multiple trades, including demolition/asbestos abatement, plumbing, HVAC, electrical, low-voltage, fire protection and life safety, painting, carpentry, millwork, flooring, data, and physical security. RESPONSES ARE DUE BY 10:00 AM EST ON FEBRUARY 13, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/e2a6229b907445749a6066892d80d41a/view"&gt;https://sam.gov/workspace/contract/opp/e2a6229b907445749a6066892d80d41a/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 8, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 246-Network Contracting Office 6, Hampton, VA</description>
                   <pubDate>Sun, 8 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2003</link></item>
			
			<item>
				<title>F -- SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI) (SNOTE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;89303324REM000134&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 26, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SPECIAL NOTICE. The U.S. Department of Energy (DOE) Office of Environmental Management (EM) has issued the Draft Request for Proposal (RFP) for the eventual follow-on competitive procurement for legacy cleanup at the Los Alamos National Laboratory (LANL), hereafter referred to as the &quot;Los Alamos Legacy Cleanup Contract II (LLCC II).&quot; &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view"&gt;https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S Department of Energy, Environmental Management Consolidated Business Center, Cincinnati, OH</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2004</link></item>
			
			<item>
				<title>F -- TRAPPER CREEK DORM ASBESTOS AND MOLD REMEDIATION AND RECONSTRUCTION (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;12441926Q0021&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 12, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The USDA Forest Service is seeking a qualified contractor to perform asbestos remediation in the mechanical and storage rooms of Dormitory Buildings 10, 11, 12, and 13 at the Trapper Creek Job Corps Center in Darby, Montana. A site inspection identified asbestos-containing floor tile beneath the existing carpet tiles. The contractor shall remove and properly dispose of the asbestos materials and install new resilient vinyl sheet flooring. To allow full access to the flooring, existing water heaters and furnace units must be temporarily uninstalled prior to remediation and reinstalled after the new flooring is in place. A site visit is scheduled for February 24, 2026, at 9:00 AM MST. OFFERS ARE DUE BY 5:00 PM EDT ON MARCH 21, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/c5fd56222bed495d9b65402136197141/view"&gt;https://sam.gov/workspace/contract/opp/c5fd56222bed495d9b65402136197141/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 13, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;USDA Forest Service, Southern Region, SPOC East, Washington, DC</description>
                   <pubDate>Fri, 13 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2005</link></item>
			
			<item>
				<title>F -- F108--ABATE VOLUNTARY WALL AND FLOOR IN IMAGING AND ADMIN SPACE (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C24626Q0302&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs is seeking a qualified contractor to provide all transportation, materials, hardware, tools, specialized equipment, labor, supervision, and technical expertise necessary to abate asbestos-containing material (ACM) floor tile and associated mastic. Abatement work will be performed in Building 47, Room 1D165, and Building 15, Room 133, totaling approximately 525 square feet of ACM tile and mastic. In addition, approximately 80 square feet of ACM wall material must be abated in Building 47, between corridors BB066 and BC124, to accommodate installation of a new double-door assembly. All work will be conducted on the main campus of the Asheville VA Medical Center in Asheville, North Carolina. The contractor shall ensure all abatement, handling, and disposal activities comply with applicable federal, state, and local regulations. OFFERS ARE DUE BY 10:00 AM EDT ON MARCH 17, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/45752ee9cfa242f3b6b4e8346ee9a906/view"&gt;https://sam.gov/workspace/contract/opp/45752ee9cfa242f3b6b4e8346ee9a906/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 246-Network Contracting Office 6, Hampton, VA</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2006</link></item>
			
			<item>
				<title>F -- NAVAJO AREA - ABANDONED MINES RESPONSE AND CONSTRUCTION SERVICES (SNOTE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;68HE0926R0006&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SPECIAL NOTICE. The U.S. Environmental Protection Agency requires a contractor to provide cleanup, response, and construction services, primarily at former uranium mining-related sites located within or near the Navajo Nation and the Grants Mining District in New Mexico in U.S. EPA Regions 6 and 9. The U.S. EPA expects to make an award for this requirement by September 1, 2026. A pre-proposal Industry Day/Conference amongst the U.S. EPA and Potential Offerors is anticipated to occur approximately one week after the Request For Proposals Solicitation is posted on FEDCONNECT and SAM.gov. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/5c44292dbf1d4217951d5659bc2cd9f4/view"&gt;https://sam.gov/workspace/contract/opp/5c44292dbf1d4217951d5659bc2cd9f4/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 9, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Environmental Protection Agency, Region 9 Contracting Office, San Francisco, CA</description>
                   <pubDate>Mon, 9 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2007</link></item>
			
			<item>
				<title>F -- DRAFT REQUEST FOR PROPOSAL LLCC II (SNOTE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;89303324REM000134&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 26, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. The U.S Department of Energy (DOE) has released the partial Draft Request for Proposal (RFP) for the Los Alamos Legacy Cleanup Contract (LLCC II) procurement for review. DOE hereby invites all interested parties to thoroughly examine the partial Draft RFP and the accompanying procurement website (&lt;A HREF=&quot;https://www.emcbc.doe.gov/SEB/LLCCII&quot;&gt;https://www.emcbc.doe.gov/SEB/LLCCII&lt;/A&gt;) in their entirety, and to submit comments in writing via email. During the development of the Final RFP, DOE will consider the comments received from interested parties in response to the Draft RFP. There is no solicitation at this time. COMMENTS ON THE RFP ARE DUE BY 5:00 PM EST ON FEBRUARY 26, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view"&gt;https://sam.gov/workspace/contract/opp/f72ce7236ad24ac1bb84f931e54ca907/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S Department of Energy, Environmental Management Consolidated Business Center, Cincinnati, OH</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2008</link></item>
			
			<item>
				<title>F -- 509 SFS RANGE CLEANING (SOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA462526Q1019&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 23, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Air Force requires a contractor to provide all labor, equipment, materials, transportation, and technical expertise necessary to perform copper and hazardous waste decontamination, cleanup, removal, and disposal at the Combat Arms 25-meter firing range (Building 1235) at Whiteman Air Force Base. The contractor shall remove copper dust, lead residue, brass, debris, and other hazardous and nonhazardous materials from range surfaces, bullet traps, and dust collection systems; replace dust collection barrels and filters as needed (at least twice annually); and use specialized equipment, including explosion-proof HEPA vacuums. All work must comply with applicable OSHA, EPA, and Missouri Department of Natural Resources regulations, including proper waste classification, manifesting, and disposal. Services will be performed monthly during normal duty hours, and the contractor must obtain and maintain base access credentials in accordance with installation security requirements. OFFERS ARE DUE BY 10:00 AM CST ON FEBRUARY 23, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/8bd81ff5f5e14a139f246fbee99a826f/view"&gt;https://sam.gov/workspace/contract/opp/8bd81ff5f5e14a139f246fbee99a826f/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 9, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Global Strike Command, Whiteman AFB, MO</description>
                   <pubDate>Mon, 9 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2009</link></item>
			
			<item>
				<title>JOHN DAY UNIT 8 ASBESTOS ABATEMENT - SOURCES SOUGHT (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9127N26R1B83&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;February 25, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Army Corps of Engineers, Northwestern Division, is seeking responses from qualified large and small business contractors capable of performing asbestos abatement within Unit 8 at the John Day Dam Powerhouse, located on the Columbia River at the border of Oregon and Washington. Asbestos contamination occurred as a result of a fire within the unit. The project scope includes mobilization and demobilization, abatement of accessible areas within the generator air housing, and testing of associated coolers and air shrouds. Optional work may include tenting the rotor and performing additional abatement of the rotor and stator if asbestos is confirmed. The estimated construction cost ranges from $500,000 to $1,000,000. Solicitation is anticipated in April 2026, with contract award expected in September 2026 under a firm-fixed-price construction contract. The applicable small business size standard is $25,000,000. Contractors must possess CMMC Level 2 self-certification to access controlled unclassified information and be eligible for award. RESPONSES ARE DUE BY 3:00 PM PST ON FEBRUARY 25, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/c0273c9b1783448b90cfda6be7db3061/view"&gt;https://sam.gov/workspace/contract/opp/c0273c9b1783448b90cfda6be7db3061/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 11, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, Northwest Engineer Division, Portland, OR</description>
                   <pubDate>Wed, 11 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2010</link></item>
			
			<item>
				<title>F -- PRE-SOLICITATION NOTICE AND DRAFT RFP FOR ENVIRONMENTAL REMEDIATION SERVICES (ERS) SINGLE AWARD TASK ORDER CONTRACT (SATOC) FOR THE SHAW AIR FORCE BASE OPTIMIZED REMEDIATION CONTRACT (ORC) (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W912HN26RA009&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MARCH 12, 2026, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET ASIDE. The U.S. Army Corps of Engineers plans to issue a solicitation for Environmental Remediation Services under a Single Award Task Order Contract (SATOC). This contract will enable USACE to provide a full range of environmental remediation services in support of the Air Force Civil Engineer Center&apos;s Optimized Remediation Contract (ORC) at Shaw Air Force Base in South Carolina. The primary objective is the remediation of soil and groundwater contaminated with a variety of substances, including per- and polyfluoroalkyl substances (PFAS), chlorinated solvents, petroleum products, and explosive constituents. The contractor must have the capability to perform these services at Hazardous, Toxic, and Radioactive Waste (HTRW) sites funded through the Department of Defense Installation Restoration Program (IRP) or the Defense Logistics Agency (DLA) at Shaw AFB. 

The base period for the SATOC will be seven years, with a total contract ceiling of $40,000,000. The pricing structure will be firm-fixed-price. A site visit is scheduled for March 5, 2026; attendee lists are due no later than February 23, 2025. There is no solicitation at this time. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/ee08eada59df46efac16bfc794141226/view"&gt;https://sam.gov/workspace/contract/opp/ee08eada59df46efac16bfc794141226/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 12, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, South Atlantic Engineer Division, Savannah District, Savannah, GA</description>
                   <pubDate>Thu, 12 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2011</link></item>
			
			<item>
				<title>F -- ASBESTOS ABATEMENT - BPA (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W91QF426RA007&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 17, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS AN SBA CERTIFIED WOMEN-OWNED SMALL BUSINESS PROGRAM SET-ASIDE. The U.S. Department of the Army requires a contractor to abate asbestos in multiple buildings at Fort Leavenworth under a non-personal services blanket purchase agreement. The contractor shall perform asbestos abatement from flooring and subflooring, mastic, and friable asbestos in crawlspace soil, including removal, sampling, and analysis to confirm completion. The contractor shall also subcontract with an independent third party to perform daily air monitoring when work occurs near occupied areas and to conduct clearance sampling, in accordance with contract standards and safety requirements. Because asbestos-containing materials are present in various building components on the installation, work will focus on specified areas while ensuring the protection of building occupants. The contract is expected to cover approximately five buildings per year, totaling about 14,000 square feet, and shall be performed by qualified and certified asbestos abatement professionals. The period of performance is five years from the date of award. OFFERS ARE DUE BY 1:00 PM CDT ON MARCH 17, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d7a8e269c4cb4166ba17ff1d2ae465cd/view"&gt;https://sam.gov/workspace/contract/opp/d7a8e269c4cb4166ba17ff1d2ae465cd/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 18, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Army, Army Mission Installation Contracting Command, FDO Eustis, Ft. Leavenworth, KS</description>
                   <pubDate>Wed, 18 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2012</link></item>
			
			<item>
				<title>S -- SHOOTING RANGE MAINTENANCE (ANNUAL/QUARTERLY MAINTENANCE AND CLEANING) - SOURCES SOUGHT - NIAGARA FALLS ARS, NIAGARA FALLS, NY (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;RangeMX-SS-NFARS-FY2026&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 4, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Department of the Air Force, 914th Contracting Office, is seeking responses from qualified firms interested in providing Rifle Range Maintenance services at Niagara Falls Air Reserve Station (NFARS) in Niagara Falls, New York. Services include initial, quarterly, and annual cleaning and maintenance of the rifle range. Cleaning activities include general range cleaning, ventilation system cleaning, and inspection and maintenance of range target systems and bullet traps. Additionally, contractors shall properly dispose of contaminated waste, perform documentation and wipe sampling, and conduct hazardous material remediation as required for live-range operations. The anticipated period of performance for the resulting contract is a one-year base period with four one-year option periods (total of five years). Small businesses should include their applicable small business category information in their response. RESPONSES ARE DUE BY 1:00 PM EST ON MARCH 4, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/4a658d72796c4e758750b59bd3a73f81/view"&gt;https://sam.gov/workspace/contract/opp/4a658d72796c4e758750b59bd3a73f81/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 17, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Reserve Command, Niagara Falls, NY</description>
                   <pubDate>Tue, 17 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2013</link></item>
			
			<item>
				<title>F --GROUNDWATER SAMPLING OF MONITOR WELLS, GRAND TETON (COMBINE)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140P1426Q0031&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;March 12, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;541620. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The National Park Service requires a contractor to perform groundwater monitoring in Grand Teton National Park (GRTE) and John D. Rockefeller Jr. Memorial Parkway (JODR) for the purpose of meeting Wyoming Department of Environmental Quality (WY DEQ) requirements. Sampling is required in the spring and fall, depending on the specific requirements for each well. The contractor shall ensure that all testing parameters are tested and recorded for each well according to the specified standards. The contractor shall complete the State of Wyoming Class V (5E4) Package Plant Treatment (Ground Monitoring) reporting form for Class Injection Wells, also known as GEMS (Graduated Environmental Management System) reports. If the GEMS database remains offline (as it has been since 2021), documentation shall be submitted to the WY DEQ using the Water Quality Division Document Uploads Form. The contractor shall include with their quote a proposed methodology, a quality control/quality assurance plan, documentation of past experience performing similar work, and unit costs for sampling and/or analysis of any additional wells. This will be a lump-sum contract; therefore, the contractor&apos;s travel and all other project-related expenses will not be reimbursed, although an RV site may be made available. The objective of this work is to ensure that Section I requirements of all WY DEQ permits for the GRTE and JODR wastewater systems are met; permits are available on the WY DEQ website and from the Contracting Officer at Grand Teton National Park Headquarters. OFFERS ARE DUE BY 1:00 PM MDT ON MARCH 12, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/d64e47ef34154b0bb11ec6088e2177d0/view"&gt;https://sam.gov/workspace/contract/opp/d64e47ef34154b0bb11ec6088e2177d0/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;February 27, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S Department of the Interior, National Park Service, IMR Northern Rockies, Yellowstone National Park, WY</description>
                   <pubDate>Fri, 27 Feb 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2014</link></item>
			
			<item>
				<title>F -- SOURCES SOUGHT NOTICE - FISCAL YEAR (FY) 2026 FLORIDA CENTRAL OPTIMIZED REMEDIATION CONTRACT (ORC) (SRCSGT)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;W9127826RA055&lt;br/&gt;  &lt;strong&gt;DUE: &lt;/strong&gt;April 6, 2026&lt;br/&gt;
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES. The U.S. Army Corps of Engineers, South Atlantic Division, seeks responses from qualified small and large businesses interested in providing environmental remediation services for the FY26 Florida Central Optimized Remediation Contract at Avon Park Air Force Range and MacDill Air Force Base in Florida. Work will include investigation, design, construction, operation, maintenance, and optimization of remedial systems at Installation Restoration Program (IRP) and Military Munitions Response Program (MMRP) sites, performed under the regulatory oversight of the Florida Department of Environmental Protection and applicable federal environmental laws. The anticipated procurement may be a competitive, firm-fixed-price, indefinite-delivery contract with an estimated value of approximately $20 million over a ten-year period, consisting of a five-year base period and a five-year option period. CAPABILITY STATEMENTS ARE DUE BY 3:00 PM CDT ON APRIL 6, 2026. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/8c56b106b6ee4ff7ad61576af9528beb/view"&gt;https://sam.gov/workspace/contract/opp/8c56b106b6ee4ff7ad61576af9528beb/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 4, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Army Corps of Engineers, South Atlantic Engineer Division, Mobile District, Mobile, AL</description>
                   <pubDate>Wed, 4 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2016</link></item>
			
			<item>
				<title>F -- CERCLA REMOVAL ACTION AT MOJAVE NP (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;140P2126Q0049&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/423d2b5dab3f40f6b4ce36df85e5bdd0/view"&gt;https://sam.gov/workspace/contract/opp/423d2b5dab3f40f6b4ce36df85e5bdd0/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Interior, National Park Service, Washington Contracting Office, Lakewood, CO</description>
                   <pubDate>Fri, 6 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2017</link></item>
			
			<item>
				<title>Z -- Z1DA--578-26-004: IDIQ ACM ABATEMENT SERVICES AT THE HINES VA HOSPITAL IN HINES, IL (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;36C25226R0038&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/dd400781f6ff431f85d1d575ade18a80/view"&gt;https://sam.gov/workspace/contract/opp/dd400781f6ff431f85d1d575ade18a80/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 16, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of Veterans Affairs, 252-Network Contract Office 12, Milwaukee, WI</description>
                   <pubDate>Mon, 16 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2018</link></item>
			
			<item>
				<title>F -- SYNOPSIS OF SOLICITATION; FA890326R0019; OPTIMIZED REMEDIATION CONTRACT AT FAIRCHILD AIR FORCE BASE, WASHINGTON (PRESOL)</title>
                <description>&lt;strong&gt;SOL: &lt;/strong&lt;FA890326R0019&lt;br/&gt; 
                        
                        &lt;strong&gt;NAICS: &lt;/strong&gt;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. &lt;br/&gt;
                        &lt;strong&gt;CITE: &lt;/strong&gt;&lt;a href="https://sam.gov/workspace/contract/opp/8e17e583381f4a94bd2019faff448f42/view"&gt;https://sam.gov/workspace/contract/opp/8e17e583381f4a94bd2019faff448f42/view&lt;/a&gt;&lt;br/&gt;
                        &lt;strong&gt;Posted: &lt;/strong&gt;March 6, 2026&lt;br/&gt;
                        &lt;strong&gt;SPONSOR: &lt;/strong&gt;U.S. Department of the Air Force, Air Force Materiel Command, AF Installation and Missions Support Center, JBSA Lackland, TX</description>
                   <pubDate>Fri, 6 Mar 2026 00:00:00 GMT</pubDate>
                <link>http://www.clu-in.org/fedbizopps/#2019</link></item>
</channel>
</rss>
