Federal Contract Opportunities Update
Notices for August 4-10, 2025
SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between August 4-10, 2025, that pertain to hazardous waste, investigation and cleanup of environmental contamination, and related environmental topics; however, it does not necessarily contain EVERY notice on these topics. If you would like to search for additional current and archived notices, please visit the SAM Contract Opportunities website.
NOTE: SAM assigns a new URL EVERY TIME a solicitation is updated, which means the links given here will not reflect future changes. To monitor for updates, either enter the SOL at the SAM search interface or use the "Follow" icon (if a registered user).
F -- LOW-LEVEL RADIOACTIVE WASTE (LLRW) PROCESSING AND DISPOSAL (SRCSGT)
SOL: NIST-SS25-80
DUE: August 18, 2025
NAICS: 562211. THIS IS A SOURCES SOUGHT NOTICE FOR MARKETING RESEARCH PURPOSES ONLY. The National Institute of Standards and Technology seeks responses from interested firms qualified to provide specialized services for the safe, compliant, and efficient processing and disposal of Low-Level Radioactive Waste (LLRW) generated from its scientific and operational activities. The contractor shall provide comprehensive services for the packaging, processing, transportation, and disposal of low-level radioactive waste (LLRW), ensuring compliance with all federal, state, and local regulations, including 10 CFR 61.55 and 61.56. Responsibilities include recommending and implementing waste processing methods, coordinating transportation logistics and shipping agents, completing required NRC forms and manifests, and managing all shipping documentation, placards, and labels per DOT hazardous materials regulations. The contractor must document personnel qualifications such as hazmat training and commercial driver's licenses, and allow NIST to verify driver credentials before shipment. The scope covers various LLRW types -- dry activated waste, high-dose waste, contaminated metals, neutralized aqueous liquids, dewatered resin, and mixed radioactive samples -- with dose rates ranging from under 100 mR/hr to 5,000 mR/hr, and includes special handling provisions as needed. Disposal methods for low-level radioactive sources will be coordinated directly with the NIST Contracting Officer's Representative. RESPONSES ARE DUE BY 12:00 PM EDT ON AUGUST 18, 2025.
CITE: https://sam.gov/opp/7e85dc2d69944b088a564e3153d49d54/view
Posted: August 8, 2025
SPONSOR: U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD
F -- TUBA CITY OU2 & 3 - EXCAVATION & BIO-REMEDIATION (COMBINE)
SOL: 140A0925R0003
DUE: August 22, 2025
NAICS: 562910. This is an Indian Small Business Economic Enterprise (ISBEE) set-aside. The Bureau of Indian Affairs requires an environmental contractor to conduct sampling, excavation of contaminated waste, application of bioremediation, and reporting at a site in central Tuba City, Arizona, which consists of three operable units (OUs): OU-1 (the former Tuba City Motors property), OU-2 (the former Heating Plant property), and OU-3 (the BIA Roads Maintenance Yard property). For this contract, OU-1 is excluded, and only OU-2 and OU-3 will be cleaned up. Past operations at OU-2 and OU-3 resulted in contamination from total petroleum hydrocarbons (TPH), diesel, gasoline, motor oil, and NAPL, as confirmed by previous sampling. The remediation will involve direct push chemical injections into shallow soils and groundwater to reduce contamination levels and measurement of NAPL in the southern areas to evaluate remediation effectiveness. At OU-2, asbestos-contaminated soils not previously removed will be excavated and disposed of, with bioremediation treatment applied to the excavated areas prior to backfilling. Additionally, approximately 33 groundwater wells are recommended for decommissioning to reduce liability and prevent further impact to groundwater in the area, as some wells are damaged or have been dry for years; the remaining wells will continue to be monitored and sampled under a separate contract. The awarded contract will have a period of performance from the date of award through August 2026. OFFERS ARE DUE BY 3:00 PM MDT ON AUGUST 22, 2025.
CITE: https://sam.gov/opp/ae4c0d363c8241b0827e67b3dc78d300/view
Posted: August 6, 2025
SPONSOR: U.S. Department of the Interior, Bureau of Indian Affairs, Navajo Region, Gallup, NM
F -- ASBESTOS ABATEMENT (COMBINE)
SOL: N5005425Q0377
DUE: August 22, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Navy requires a contractor to remove asbestos-containing floor tile and mastic from workspaces of Building LF-18 at its Mid-Atlantic Regional Maintenance Center (MARMC) in Norfolk, Virginia. The scope of work includes the removal and proper disposal of existing carpet, cove base, asbestos-containing floor tiles, and black tile mastic from approximately 10,000 square feet on the first floor of Building LF-18, as well as the disassembly and disposal of all office furniture such as cubicles, desks, and shelving. The contractor will then install new black 6-inch cove base using adhesive and install 1M felt-backed carpet tiles provided by MARMC. Additionally, the vendor will supply and apply new paint to approximately 8,000 square feet of interior walls and trim, applying a latex-based primer and an off-white satin latex topcoat on walls, with white semi-gloss latex paint on trim, including all necessary tools and materials. Contractor services must also include all OSHA-required personal air monitoring, third-party project monitoring, PCM testing, and disposal of asbestos waste at EPA- and State-approved landfills. Notably, permanently mounted cabinetry and fixtures such as base cabinets, IT cabinets, and workbenches will remain in place during abatement, with contractors working around these areas. Work is to be completed by December 31, 2025. OFFERS ARE DUE BY 3:00 PM EDT ON AUGUST 22, 2025.
CITE: https://sam.gov/opp/94b92d19a03b4f999f17d4ab5a2af298/view
Posted: August 6, 2025
SPONSOR: U.S. Department of the Navy, NAVSEA, Mid-Atlantic Regional Maintenance Center, Norfolk, VA
F -- F108-- REMOVE ASBESTOS CRITICAL AREAS LYONS (PRESOL)
SOL: 36C24225Q0954
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT AUGUST 20, 2025, IT WILL BE COMPETED AS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. The U.S. Department of Veterans Affairs requires a contractor to remove approximately 130 linear feet of pipe insulation that contains asbestos from Building 1 at the VA New Jersey Health Systems Lyons Campus in Lyons, New Jersey. The contractor shall prepare the site for building operations, including demolition, removal, and disposal of asbestos-containing materials (ACM) and restoration of affected areas. Work shall be completed in multiple phases around the clinical schedule as necessary to allow the service to continue to function at normal hours with little to no interruptions of patient service and access during the project. The contractor shall start immediately after receiving the Notice to Proceed with an estimated completion time of 45 calendar days, including 10 days for submittals. There is no solicitation at this time.
CITE: https://sam.gov/opp/4a1de6bf93e74f1d917504b24ed123c9/view
Posted: August 8, 2025
SPONSOR: U.S. Department of Veterans Affairs, 242-Network Contract Office 02, Albany, NY
Z -- BLUE MARSH DAM AND BELTZVILLE DAM LEAD PAINT ABATEMENT (PRESOL)
SOL: W912BU25BA014
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT AUGUST 21, 2025, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers seeks a contractor to remove all lead-based paint and repaint piping, equipment, and structural elements at the Beltzville Dam in Lehighton, Pennsylvania, and the Blue Marsh Dam on Tulpehocken Creek in Leesport, Pennsylvania. At Beltzville Dam, the work includes removing lead-based paint and repainting the elevator shaft framing surrounding the elevator exterior -- covering anchor plates, bolts, connection elements, bents, and supports -- as well as the water supply line valve and access hatch. At Blue Marsh Dam, the contractor will remove lead-based paint and repaint the service bridge, including the exterior and interior faces of the webs, top and bottom flanges of the girders, stiffener angles, cross frame members, fuel tank and supports, access hatches, bolts, bearing pads, joint plates, utility conduits, and hangers. All onsite work will involve monitoring for hazardous materials, specifically lead, and all hazardous waste generated will be handled, transported, and disposed of in compliance with applicable USACE standards. There is no solicitation at this time.
CITE: https://sam.gov/opp/2b799473d1a247f7a3240d24c38918fc/view
Posted: August 6, 2025
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Division, Philadelphia District, Philadelphia, PA