Federal Contract Opportunities Update - CLU-IN

 
CONTINUE READING
Federal Contract Opportunities Update
Notices for May 17-23, 2021

This update contains summaries of procurement notices issued between May 17-23, 2021 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, or receive notification
of solicitation amendments, please visit the FedBizOpps web site.

H -- H356--INDUSTRIAL HYGIENIST MONITORING SERVICES - STC (VA-21-00056708) (SRCSGT)
SOL: 36C26321Q0495
DUE: May 26, 2021
NAICS: 541620. THIS IS A SOURCES SOUGHT ANNOUNCEMENT for market research
purposes only. The U.S. Department of Veterans Affairs seeks to identify firms that can
provide an industrial hygienist (IH) to monitor removal of asbestos from, but not limited to,
flooring materials, wall tiles, caulking, ceiling tiles and lead-based paint on doors, frames,
windows, concrete walls, and footings. Work will be conducted at the Department of Veterans
Affairs St. Cloud VA Health Care System located in St. Cloud, MN. The IH must be licensed by
the State of Minnesota to conduct air monitoring for asbestos abatement projects.
CAPABILITY STATEMENTS ARE DUE BY 1:00 PM CDT ON MAY 26, 2021.
CITE: https://beta.sam.gov/opp/13e3719483f0411ca80febe0afd75960/view
Posted: May 17, 2021
SPONSOR: U.S. Department of Veterans Affairs, Network 23 Contracting Office, St. Paul. MN

F -- HAZARDOUS WASTE DISPOSAL (COMBINE)
SOL: W912HZ21Q6738
DUE: May 27, 2021
NAICS: 562211. THIS ACQUISITION IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS
code 562211 (Hazardous Waste Treatment and Disposal) with a size standard of $41.5M. The
U.S. Army Corps of Engineers' Engineer Research and Development Center (ERDC)
Geotechnical and Structures Laboratory (GSL) requires Hazardous Waste Disposal Services to
accomplish their mission. Services include lab spill cleanup and waste disposal to remove and
properly dispose of laboratory chemical spills; removal of containerized/packaged materials;
providing lab packs to meet transportation standards; and testing of unknown wastes. The
ERDC intends to establish Master Blanket Purchase Agreements (BPAs) to facilitate the
procurement of these services. OFFERS ARE DUE BY 4:00 PM CDT ON MAY 27, 2021.
CITE: https://beta.sam.gov/opp/24373b9992774213bccadd2ffd668776/view
Posted: May 20, 2021
SPONSOR: U.S. Army Corps of Engineers, Engineer Research and Development Center
Contracting Office, Vicksburg, MS

F -- F108--VISN 4-WIDE HAZARDOUS WASTE SOURCES SOUGHT (SRCSGT)
SOL: 36C24421Q0704
DUE: May 28, 2021
NAICS: 562112. THIS IS A SOURCES SOUGHT ANNOUNCEMENT for market research
purposes only. The U.S. Department of Veterans Affairs seeks to identify capable firms that
can provide hazardous waste collection and disposal services at nine Veterans Administration
Medical Centers that are part of the Veterans Integrated Service Network 04, which covers
eight facilities throughout Pennsylvania and one in Wilmington, Delaware. While
Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small
Businesses (VOSB) contractors are preferred, all capable contractors are welcome to respond.
CAPABILITY STATEMENTS ARE DUE BY 4:00 PM EDT ON MAY 24, 2021.
Federal Contract Opportunities Update          1 of 5                               clu-in.org/newsletters
Notices for May 17-23, 2021
CAPABILITY STATEMENTS ARE DUE BY 4:00 PM EDT ON MAY 24, 2021.
CITE: https://beta.sam.gov/opp/0f44dc9ec5dc4134b446e1f6f44d3b20/view
Posted: May 17, 2021
SPONSOR: U.S. Department of Veterans Affairs, 44-Network Contract Office 4, Pittsburgh, PA

F -- F108--WV HAZARDOUS WASTE CONTRACT (SOL)
SOL: 36C24521Q0270
DUE: May 28, 2021
NAICS: 562112. THIS ACQUISITION IS FULL AND OPEN under NAICS code 562112
(Hazardous Waste Collection). The U.S. Department of Veterans Affairs requires waste
services for all 21 Veterans Affairs Medical Centers (VAMCs) and Community-Based Outpatient
Centers (CBOCs) within the West Virginia geographic area. VAMCs and CBOCs consist of
multiple clinical and non-clinical operations that result in numerous types of complex
hazardous and universal waste streams and special non-hazardous solid and/or liquid
non-hazardous waste streams not currently managed by our Environmental Management
Service. The government intends to award a target of two (2) Fixed Price Indefinite Delivery
Indefinite Quantity Multiple Award Task Order Contracts (MATOC) with a shared capacity of
$2M. The contractor shall provide identified work for an estimated five (5) year period of
performance.
CITE: https://beta.sam.gov/opp/b9ab23701eee47de821f6af9e77540eb/view
Posted: May 17, 2021
SPONSOR: U.S. Department of Veterans Affairs, VA Maryland Health Care System, Perry
Point, MD

R -- EARTH SUPPORT - INDUSTRY DAY ANNOUNCEMENT (SNOTE)
SOL: 68HERH21R0021
DUE: May 28, 2021
NAICS: 541620. The Environmental Protection Agency's Office of Air and Radiation (OAR) will
host a Virtual Industry Day for its Environmental, Analytical, Research, Technical, and Hybrid
(EARTH) procurement. This event will take place on Thursday, June 3, 2021, from 1:00 PM to
3:00 PM (Eastern Time). The purpose of this Industry Day is to seek feedback from industry
to develop an acquisition approach that maximizes competition and encourages participation
of small businesses.
CITE: https://beta.sam.gov/opp/7d4339c0db1741248d6f46a9cb4d870c/view
Posted: May 19, 2021
SPONSOR: U.S. Environmental Protection Agency, Office of Air and Radiation, Washington, DC

R -- ASBESTOS SHINGLE REMOVAL (SOL)
SOL: FA301621R0033
DUE: May 28, 2021
NAICS: 562910. THIS ACQUISITION IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS
code 562910 (Remediation Services). The award will be a firm, fixed-price contract. The U.S.
Air Force Air Education and Training Command at Joint Base San Antonio-Lackland, TX,
requires removal of approximately 7,300 square feet of old asbestos asphalt roof shingles,
vapor sheath, and metal flashing from Sam Houston Buildings 1154 and 1160 at Joint Base
San Antonio in Texas. The magnitude of this project is between $25,000 and $100,000.
QUOTES ARE DUE BY 11:00 AM CDT ON MAY 28, 2021.
CITE: https://beta.sam.gov/opp/58f3b30e2fd4476eb4ff2e0286206bee/view
Posted: May 19, 2021
SPONSOR: U.S. Department of the Air Force, Air Education and Training Command, Joint
Base San Antonio-Lackland, TX

S -- S205--HAZARDOUS WASTE DISPOSAL 06/15/21 - 06/14/26 (SOL)
SOL: 36C26121Q0618
DUE: June 1, 2021
NAICS: 562112. THIS ACQUISITION IS A SERVICE-DISABLED VETERAN OWNED SMALL
BUSINESS SET-ASIDE under NAICS code 562112 (Hazardous Waste Collection Services), size
standard $41.5M. The Department of Veterans Affairs Central California Health Care System
Federal Contract Opportunities Update        2 of 5                             clu-in.org/newsletters
Notices for May 17-23, 2021
standard $41.5M. The Department of Veterans Affairs Central California Health Care System
(VACCHCS) intends to award a Blanket Purchase Agreement (BPA) to a qualified vendor with
the capability and capacity to provide hazardous, non-hazardous, biological, asbestos, lab
pack, radiological, DEA-controlled substances and universal waste disposal services, OSSs,
hazardous and universal waste training, DOT training, Hazardous Waste Operations and
Emergency Response (HAZWOPER) training and emergency spill response services at
VACCHCS in accordance with current federal, state and local regulations. The Contractor and
the Contracting Officer’s Representative (COR) from VACCHCS will arrange for routine
(non-emergency) services for each facility based upon volume. On-site services may occur
weekly, bi-monthly, monthly, quarterly or annually based on rate of generation. Services will
be provided during a four-year blanket purchase agreement (BPA) period. Fixed-price task
orders will be issued under the BPA for each medical center over the course of the four-year
period. OFFERS ARE DUE BY 10:00 AM PDT ON JUNE 1, 2021.
CITE: https://beta.sam.gov/opp/cb02554038504b43ba9125d2938f81a7/view
Posted: May 19, 2021
SPONSOR: Department of Veterans Affairs, Southern Nevada Healthcare System, North Las
Vegas, NV

F -- OPTION - ANNUAL INDUSTRIAL HYGIENE SURVEY NAS JRB NEW ORLEANS (COMBINE)
SOL: N68335-21-Q-0206
DUE: June 1, 2021
NAICS: 541620. THIS ACQUISITION IS A SMALL BUSINESS SET-ASIDE under NAICS code
541620 (Environmental Consulting Services). The U.S. Naval Air Warcraft Center requires
Industrial Hygiene Level 8 Clean Room surveys for Building 559 and Room 113 (Controlled
Access Room) at the Fleet Readiness Center (FRC) Aviation Support Equipment Site in New
Orleans. This work includes air sampling for lead, other metals, formaldehyde, and respirable
dust; wipe sampling for lead and hexavalent chromium and cadmium; noise monitoring; and
visual inspections to ensure that current engineering controls and personal protective
equipment (PPE) are properly utilized. This contract will include one base period and four
one-year option periods. OFFERS ARE DUE BY 12:00 PM EDT ON JUNE 1, 2021.
CITE: https://beta.sam.gov/opp/4785e8a6223d4218937fb27afbb02455/view
Posted: May 20, 2021
SPONSOR: U.S. Department of the Navy, Naval Air Warcraft Center, Patuxent River, MD

F -- DRAFT SOLICITATION - W911S620R0002 VER 1 CENTRAL HAZ WASTE (SRCSGT)
SOL: W911S620R0002
DUE: June 2, 2021
NAICS: 562112. WHEN THE SOLICITATION IS RELEASED, IT WILL BE COMPETED AS A
WOMEN-OWNED SMALL BUSINESS SET-ASIDE. The U.S. Army Dugway Proving Ground seeks
industry feedback on a draft Request for Proposal (RFP) for operation of a Central Hazardous
Waste Storage Facility (CHWSF) at Dugway Proving Ground (DPG) in Utah. Services include
the following: a) Hazardous and Non-Regulated Waste Management; b) Pick-up and
Transportation of Waste and Materials; c) Sampling Procedures, Laboratory, and Analytical
Methods; d) Polychlorinated Biphenyls (PCBs) Management; e) Container Management f)
Management of 90-day Storage Sites and Satellite Accumulation Points (SAPs); g) Solid Waste
and Hazardous Waste Management Unit (SWMU/HWMU); h) CHWSF and Related Equipment
Inspections; i) RCRA Assistance Inspections; j) Dugway Thermal Treatment Facility (DTTF)
Inspections; k) Manifest Generation and Management; l) Transportation and Disposal of
Waste and Materials Off-Site; m) Formal and Informal Training of Generators; n) Used Oil
Management; o) RCRA Technical Management; p) CAA Technical Management; and q)
Universal Waste Management. DPG is a remote site located approximately 90 miles southwest
of Salt Lake City, Utah, and 40 highway miles over a mountain pass from the nearest town
with services (Tooele, Utah). The Installation covers more than 800,000 acres, which
sometimes requires the Contractor to function outdoors in isolated, high desert environments.
Contractors may be required to travel up to 150 miles one-way from Salt Lake City, UT, to
reach some work sites. FEEDBACK ON THE DRAFT RFP IS DUE BY 10:00 AM MDT ON JUNE 2,
2021.
CITE: https://beta.sam.gov/opp/90bcd11d32f54f7dbbab0eec8de8754f/view
Posted: May 20, 2021
SPONSOR: U.S. Department of the Army, Mission and Installation Contracting Command,

Federal Contract Opportunities Update         3 of 5                             clu-in.org/newsletters
Notices for May 17-23, 2021
Dugway Proving Ground, UT

R -- ENVIRONMENTAL INVESTIGATION AND REMEDIATION SERVICES (SRCSGT)
SOL: PANNGB-21-P-0000-010092(21-A4-061)
DUE: June 2, 2021
NAICS: 562910. THIS IS A SOURCES SOUGHT ANNOUNCEMENT for market research
purposes only. The United States Army National Guard, Acquisitions Directorate, Operational
Contracting Branch (NGB AQ-C) is seeking information from sources that can provide
environmental investigation and remediation services at Gabreski Air National Guard Base
(ANGB) in New York and Atlantic City ANGB in New Jersey, and feedback on the draft
Performance Work Statement attached to this sources sought notice. Work includes the
characterization and disposal of all investigation-derived and remediation-derived wastes
(IDW/RDW), in accordance with the Air National Guard Environmental Restoration Program
Investigation Guidance (September 2009) and Air Force policy directives on per- and
polyfluoroalkyl substances (PFAS)-related waste. CAPABILITY STATEMENTS ARE DUE BY 1:00
PM JUNE 2, 2021.
CITE: https://sam.gov/opp/83dd3ef219b341d7b43c6a72c26ab5c7/view
Posted: May 21, 2021
SPONSOR: U.S. Army National Guard, Acquisitions Directorate, Operational Contracting
Branch, Arlington, VA

F -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) FIXED PRICE REMEDIAL ACTION
CONTRACT (FRAC) #7 VARIOUS SITES IN THE NAVAL FACILITIES ENGINEERING SYSTEMS
COMMAND PACIFIC AREA OF RESPONSIBILITY (SOL)
SOL: N62742-21-R-1801
DUE: June 21, 2021
NAICS: 562910. THIS ACQUISITION IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS
code 562910 (Other Environmental Services). The U.S Army Corps of Engineers plans to issue
a multiple-award Indefinite Delivery/Indefinite Quantity (IDIQ) fixed-price remedial action
contract (FRAC) to obtain services for performing remedial actions at environmentally
contaminated sites located predominately at Navy and Marine Corps installations and other
Government agencies. The sites will consist of those ranked on the Superfund National
Priority List (NPL) as well as non-NPL sites, Resource Conservation and Recovery Act (RCRA),
underground storage tanks (USTs), operational small arms firing ranges, and other sites that
might require remedial action. The contract period of performance is a 12-month base period
and seven (7) potential 12-month option periods for a total maximum duration of 96 months.
The maximum dollar value for all contracts combined, including the base year and all option
years, is $120,000,000. OFFERS ARE DUE BY 2:00 PM HST ON JUNE 21, 2021.
CITE: https://beta.sam.gov/opp/e3f756e9e22945ecb82f74631b6a579d/view#contact
Posted: May 20, 2021
SPONSOR: The Naval Facilities Engineering Systems Command (NAVFAC) Pacific Command,
Honolulu, HI

F -- REMEDIAL INVESTIGATIONS FOR PER- AND POLYFLUOROALKYL SUBSTANCES (PFAS)
IMPACTED AREAS AT ARMY INSTALLATIONS IN THE NORTHEAST REGION (PRESOL)
SOL: W912DR21R0020
NAICS: 562910. WHEN THE SOLICITATION IS RELEASED ON OR ABOUT JUNE 7, 2021, THIS
ACQUISITION WILL BE ISSUED ON AN UNRESTRICTED FULL-AND-OPEN BASIS. The
procurement will be a standalone C-type environmental services contract. The U.S. Army
Corps of Engineers (USACE), Baltimore District, will be issuing a solicitation for remedial
investigation (RI) services for PFAS impacted areas at Army installations in the northeast
region. The intent of this contract is to support USACE and its customer in conducting
Remedial Investigations, with the option to conduct Feasibility Studies, at sites across
approximately 12 installations with areas where aqueous film-forming foam (AFFF) or other
per- and polyfluoroalkyl substances releases have occurred. The installations are located in
Virginia, Maryland, Pennsylvania, New Jersey, and New York. Specific performance objectives
of the contract may include Project Management Plans (PMP), Remedial Investigation Work
Plans with Uniform Federal Policy Quality Assurance Project Plans (UFP-QAPP), Remedial
Investigations and Feasibility Studies, Community Relations Support, and providing Alternative
Federal Contract Opportunities Update        4 of 5                              clu-in.org/newsletters
Notices for May 17-23, 2021
Investigations and Feasibility Studies, Community Relations Support, and providing Alternative
Water Supply. The work under this contract shall be performed in compliance with the
Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as
amended, the National Contingency Plan (NCP) (40 CFR Part 300), and in compliance with
United States Army Requirements and Guidance for field investigations including specific
requirements for sampling for PFAS.
CITE: https://beta.sam.gov/opp/6c1b1d9c2c4b49d0b3da63d3d0615c81/view
Posted: May 19, 2021
SPONSOR: U.S. Army Corps of Engineers, Baltimore District, MD

Federal Contract Opportunities Update        5 of 5                              clu-in.org/newsletters
Notices for May 17-23, 2021
You can also read