Skip to main content
U.S. flag

An official website of the United States government

Dot gov

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

Https

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

information

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

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

Federal Contract Opportunities Update

Notices for April 14-20, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between April 14-20, 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 -- U.S. ENVIRONMENTAL PROTECTION AGENCY (EPA) REGION 1 EMERGENCY AND RAPID RESPONSE (SRCSGT)
SOL: 68HE0125R0002
DUE: April 29, 2025
NAICS: 562910. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. The U.S. Environmental Protection Agency, Region 1, seeks to gain knowledge of interested businesses qualified to support its Removal Program requirement under an Emergency and Rapid Response Services (ERRS) contract. Support under this contract includes providing emergency and time-critical environmental cleanup services related to releases of hazardous substances/wastes/pollutants, contaminant/materials, and petroleum products/oil for EPA Region 1, which serves the States of Connecticut, Rhode Island, Massachusetts, Vermont, New Hampshire, and Maine. Services are required year-round 24 hours/7 days per week to take any actions to mitigate or eliminate any hazard or damage to human health and the environment resulting from: a release or the threat of a release of oil, petroleum products, hazardous substances, or of pollutants or contaminants into the environment; the threat of or actual fire and/or explosion, incident involving terrorist acts, weapons of mass destruction, and chemical, biological, radiological or nuclear incidents; or a natural or man-made disaster within the Region. Regional crossover and international support (near the Canada border) may also be required. Personnel, material, and equipment must be sufficient to provide services for up to 12 concurrent task orders, including emergency responses in a safe, timely, and cost-effective manner. Task orders may range from $100K - $4M with seasonal influences. Staffing must be scalable and able to respond to an Incident of National Significance as defined under the National Incident Management System (NIMS). The Government anticipates award of a 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract. The projected time frame that the Government intends to issue the solicitation is between August and September 2025. The Government's evaluation of the capability statements received will help factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g., SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITY STATEMENTS ARE DUE BY 5:00 PM EDT ON APRIL 29, 2025. seasonal influences. Staffing must be scalable and able to respond to an Incident of National Significance as defined under the National Incident Management System (NIMS). A more complete description of the statement of work is included in the attached "Draft" Performance Work Statement (PWS). The Government anticipates award of a 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) type of contract. The projected time frame that the Government intends to issue the solicitation is between August-September 2025. The Government's evaluation of the capability statements received will help factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITY STATEMENTS ARE DUE BY 5:00 PM EDT ON APRIL 29, 2025.
CITE: https://sam.gov/opp/5af42085fba44be99c9e350801adb732/view
Posted: April 15, 2025
SPONSOR: U.S. Environmental Protection Agency, Region 1 Contracting Office, Boston, MA

F -- OLYM - HEART O HILLS LOOP B ABATEMENT AND DEMOLITI (SOL)
SOL: 140P8325Q0016
DUE: May 15, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The National Park Service requires the abatement of asbestos and demolition of the interior rooms to the interior framing (studs) at the Heart O' the Hills B Loop Comfort Station, Building 753, in Olympic National Park in Clallam County, Washington. Complete removal of asbestos, lead, mold, and other materials and remediation of hazardous materials is required. All materials removed from the building must be disposed of in an approved method by the contractor at an authorized disposal location outside of the park. A site visit is scheduled at 10:30 AM PDT on Tuesday, April 22, 2025, at the Heart of the Hills entrance station. While attendance at the site visit is not required, all prospective quoters are urged to inspect the site of the work prior to preparing a response to this solicitation. The Government intends to award a firm-fixed-price purchase order resulting from this solicitation. OFFERS ARE DUE BY 5:00 PM EDT on May 15, 2025.
CITE: https://sam.gov/opp/b8f936ad4afc4b32b6be8806382cdbf8/view
Posted: April 15, 2025
SPONSOR: U.S. Department of Interior National Park Service, PWR OLYM MABO, Port Angeles, WA

F -- ENVIRONMENTAL DREDGING SERVICES TO REMEDIATE CONTAMINATED SEDIMENT ASSOCIATED WITH THE CALLAHAN MINE SUPERFUND SITE IN BROOKSVILLE, MAINE (SOL)
SOL: W912WJ25BA005
DUE: May 19, 2025
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Army Corps of Engineers requires Environmental Dredging Services to remediate contaminated sediment associated with the Callahan Mine Superfund Site in Brooksville, Maine. The work consists of dredging approximately 6,000 to 10,000 cubic yards of sediment from Goose Cove and covering an area of approximately 1.5 acres. The Goose Cove sediment removal area is located on the Penobscot Bay side of the former Goose Falls Dam with a tidal range of approximately 10 feet and a Mean Lower Low Water (MLLW) depth of approximately 4 to 6 feet. A maximum removal depth of 2-4 ft is required based on the requirements of the Record of Decision and Remedial Design. Tidal surface elevations in this area will provide unimpeded barge access; however, mobilization to this area presents several challenges. Structures within the proposed sediment removal area such as a steel pipe, chains, and moorings, will be removed by the Contractor prior to dredging, and moorings will be replaced after remediation is complete. Unauthorized boat access to Goose Cove will be controlled during remediation activities. Goose Cove sediment removal can be completed using mechanical or hydraulic methods. Sediment removed from Goose Cove will be hydraulically pumped approximately 1,500 feet to a CAD cell (former mine pit) for tremie placement. Real-time hydrogen sulfide air monitoring will be required at the disposal location following an approved UFP-QAPP prepared by the Contractor. To protect against unintended releases of excessive sediment plumes, a turbidity curtain and turbidity monitoring may be required. An organized site visit has been scheduled for 10:00 AM EDT on Thursday, May 1, 2025. OFFERS ARE DUE BY 1:00 PM EDT ON MAY 19, 2025.
CITE: https://sam.gov/opp/2bb5b2bb7c424bd39bd757b72108d42e/view
Posted: April 17, 2025
SPONSOR: U.S. Army Corps of Engineers, North Atlantic Engineer Division, New England District, Concord, MA

F -- F108--36C242-25-AP-2553 | 528-25-3-4895-0056 BUFFALO VAMC 625B ABATEMENT & DEMO (VA-25-00065537) (PRESOL)
SOL: 36C24225B0026
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED ON OR ABOUT MAY 1, 2025, IT WILL BE COMPETED AS A SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Department of Veterans Affairs' VA Medical Center in Buffalo, New York, requires abatement and demolition work in Building 1, Room 625 B. The work will include the complete demolition of approximately 330 square feet of plaster ceiling, including all supporting wire mesh. Friable asbestos-containing material (ACM) has been identified on top of the plaster soffit and ceiling and will require careful handling and abatement. Abatement of approximately 50 linear feet of ACM Duplex pipe insulation and mudded joint fittings above the plaster soffit and ceiling, approximately 330 square feet of black floor mastic that includes fragments of ACM 12 x 12 floor tile, and ACM inside two radiators that are located on the backside of the metal baffles. The total project's duration is not to exceed 240 days. The cost range for this project is less than $25,000. Information regarding a site visit scheduled will be included in the Solicitation and is estimated to be on or about May 9, 2025. There is no solicitation at this time.
CITE: https://sam.gov/opp/0195ca3cc6364c2eb963a69eded6101b/view
Posted: April 18, 2025
SPONSOR: U.S. Department of Veterans Affairs, 242-Network Contract Office 02, Albany, NY

F -- NAVFAC NORTHWEST LONG TERM MONITORING, OPERATIONS AND MAINTENANCE ENVIRONMENTAL REMEDIATION SERVICES (PRESOL)
SOL: N4425525R2002
NAICS: 562910. WHEN THIS SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Department of the Navy, Naval Facilities Engineering Systems Command, intends to award a Small Business Set-Aside, Firm-Fixed-Price Indefinite Delivery Indefinite Quantity contract to perform Environmental Services for Long Term Monitoring Operation and Maintenance (LTMO) in the NAVFAC Northwest area of responsibility (AOR), which includes Washington, Oregon, Idaho, Montana, Alaska, Iowa, Minnesota, North Dakota, South Dakota, Nebraska, and Wyoming. It is anticipated that most of the work will occur in Washington State, however, projects could be located anywhere in the NAVFAC Northwest AOR. The LTMO contract is to perform Environmental Services inclusive of environmental remediation services, environmental compliance services, technical consultation, long-term monitoring, and site operation maintenance services. There is no solicitation at this time.
CITE: https://sam.gov/opp/0171abd087bd434e824b9329fe9c8f61/view
Posted: April 17, 2025
SPONSOR: U.S. Department of the Navy, Naval Facilities Engineering Systems Command, Pacific Command, Northwest Division, Silverdale, WA