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 July 28-August 3, 2025

SAM.gov is the official source for federal contract opportunities. This update contains summaries of procurement notices issued between July 28-August 3, 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).

Z -- COMMUNITY CENTER ABATEMENT (SOL)
SOL: 31171-25219
DUE: August 8, 2025
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Coast Guard requires a licensed asbestos contractor to abate approximately 3,000 square feet of lead ceramic tiles and asbestos-containing glue down to the cement floor, ensuring complete removal of hazardous materials. The contractor must conduct a site assessment to identify affected areas, install containment barriers to isolate work zones, and implement air monitoring throughout the abatement process. After removal, the contractor must perform a thorough cleanup using HEPA vacuuming and wet wiping, and dispose of all waste in accordance with hazardous waste regulations. Post-abatement air quality testing and visual inspections are required to verify that the area is safe for occupancy, followed by a clearance report detailing results and any follow-up actions. The contractor must also maintain complete documentation of all abatement activities, including waste disposal manifests, inspection reports, air monitoring data, and submit a final report summarizing the project scope, methods, and regulatory compliance. Prospective bidders are encouraged to visit the site to familiarize themselves with the existing conditions. OFFERS ARE DUE BY 12:00 PM EDT ON AUGUST 8, 2025.
CITE: https://sam.gov/workspace/contract/opp/9c4fa9b0ae1f47878913e448a8cf19c3/view
Posted: August 28, 2025
SPONSOR: U.S. Department of Homeland Security, U.S. Coast Guard, Log-9, Norfolk, VA

Z -- SUPPLY WAREHOUSE ABATEMENT (SOL)
SOL: 31171-25285
DUE: August 8, 2025
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Coast Guard requires a licensed contractor to abate approximately 2,600 square feet of asbestos-containing vinyl tiles and associated adhesives down to the cement floor, ensuring no hazardous materials remain. The contractor must conduct a thorough site assessment to confirm the presence and extent of asbestos-containing vinyl tiles and any associated adhesive materials, install negative air pressure units to create a controlled environment and prevent the escape of airborne asbestos fibers; seal off ventilation systems and ensure effective containment of the work area; and remove the asbestos-containing vinyl tiles using methods that minimize dust generation and fiber release. The contractor must perform a thorough final cleanup of the work area using HEPA vacuuming and wet wiping, and properly dispose of all hazardous waste. Post-abatement, air quality testing and visual inspections must confirm the area is safe for occupancy, with a clearance report detailing results and any follow-up actions. Complete documentation of all abatement activities is required, along with a final report summarizing the project scope, methods, and regulatory compliance. Prospective bidders are encouraged to visit the site to familiarize themselves with the existing conditions. OFFERS ARE DUE BY 12:00 PM EDT ON AUGUST 8, 2025.
CITE: https://sam.gov/workspace/contract/opp/648ef22f158c4f728c96253c396316f4/view
Posted: July 28, 2025
SPONSOR: U.S. Department of Homeland Security, U.S. Coast Guard, Log-9, Norfolk, VA

F -- MD-CHESAPEAKE BAY ESFO-LEAD SHOT SITE (SOL)
SOL: 140FC225R0015
DUE: August 21, 2025
NAICS: 562910. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. The Fish and Wildlife Service requires a contractor to provide professional consulting and engineering services to plan and complete soil removal and a remediation action at the Lead Shot Site within Prime Hook National Wildfire Refuge in Milton, Delaware. Studies conducted since 1999 at the site identified the presence of lead in soil, sediment, and surface water in uplands and forested wetlands of the refuge in the drop zone of an adjacent trap shooting facility. The source was the Broadkiln Sportsman's Club (BSC), where members shot trap for almost 40 years, beginning in the early 1960s, and continuing through 2000. Key project tasks include obtaining permits and utility clearances, finalizing a Health and Safety Plan, and conducting wetlands and tree surveys to support site preparation. Environmental assessments will include lead soil screening, groundwater and surface water testing, and waste characterization. The team will prepare and implement a Contaminated Materials Management Plan and apply EnviroBlend® CS during soil mixing. Site preparation will also involve decommissioning unused monitoring wells, sourcing clean fill, and ensuring all equipment is cleaned to prevent the spread of invasive species. Following implementation, a Long-Term Stewardship Plan will be developed to outline future land use restrictions and monitoring requirements. The award will be a firm-fixed-price contract with a period of performance from September 26, 2025 through March 25, 2027. OFFERS ARE DUE BY 5:00 PM EDT ON AUGUST 21, 2025.
CITE: https://sam.gov/workspace/contract/opp/f52fe5f62cf949a39cde10cfbb5aa4f2/view
Posted: July 28, 2025
SPONSOR: U.S. Department of the Interior, Fish and Wildlife Service, Construction A/E Team 2, Falls Church, VA

R -- SOURCES SOUGHT: EPA REGION 4 START VI (SOL)
SOL: 68HE0P24R0007
DUE: September 1, 2025
NAICS: 541620. THIS IS A FULL AND OPEN COMPETITION. The U.S. Environmental Protection Agency, Region 6, requires a contractor to provide nationally consistent technical assistance services to Environmental Protection Agency (EPA) On-Scene Coordinators (OSCs) and other federal officials implementing EPA's responsibilities under the national response system for the Superfund Technical Assessment and Response Team (START) class of contracts. These services primarily support Region 4's Areas of Responsibility (AOR). Within the Region 4 AORs, certain locations have been established as out-posted OSC cities/zones. EPA's primary mobilization point is its Atlanta Regional Office, and the out-post cities/zones are Louisville, KY, Jackson, TN, Raleigh, NC, and Tallahassee, FL. Other than Atlanta, the contractor is not required to have office locations at any of the out- post cities. Technical requirements include response, preparedness and prevention, assessment and inspection, technical support, data management, and training. OFFERS ARE DUE BY 4:30 PM EDT ON SEPTEMBER 1, 2025.
CITE: https://sam.gov/workspace/contract/opp/abd0f51a04b7482fa32e1e58c4f32f78/view
Posted: July 30, 2025
SPONSOR: U.S. Environmental Protection Agency, Region 4 Contracting Office, Atlanta, GA

F -- HAZARDOUS SUBSTANCE EMERGENCY SPILL REMEDIATION (COMBINE)
SOL: FA860125R0030
DUE: September 4, 2025
NAICS: 562910. THIS IS A FULL AND OPEN COMPETITION. The U.S. Department of the Air Force requires a contractor to provide timely response and remediation for hazardous substance emergency response and compliance-driven tasks that are beyond the capabilities of the 88th Air Base Wing Civil Engineer Environmental Management Branch at Wright-Patterson Air Force Base in Ohio. Emergency response and remediation services performed shall ensure compliance with all federal, state, local, Air Force, and WPAFB laws and regulations. Response situations may include but are not limited to: Hazardous material containment/spill cleanup, polychlorinated biphenyls (PCB) containment/spill cleanup, hazardous waste removal actions, shock sensitive chemical sampling/treatment/transportation and disposal, soil excavation/disposal, removal of above ground and underground storage tanks, tank pumping and disposal, provisions for installing temporary holding tanks, drilling services and monitoring, well installation, disaster response including aircraft crashes, environmental modeling, biological assessments, biohazardous material cleanup and disposal, transportation and disposal of hazardous and non-hazardous waste, and sampling and analysis. The contractor must provide a 24-hour point of contact who is available seven days a week, 365 days a year for emergency response calls or compliance-related work. The award will be a Blanket Purchase Order. OFFERS ARE DUE BY 10:00 AM EDT ON SEPTEMBER 4, 2025.
CITE: https://sam.gov/workspace/contract/opp/dc4b51d7add74756b601c06965f3e5f1/view
Posted: August 2, 2025
SPONSOR: U.S. Department of the Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center, Wright Patterson AFB, OH