Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 5 PM
Solicitation
La porte Indiana

F--NTCRA under CERCLA at Indiana Dunes NP

Details

Solicitation ID 140P2125R0039
Posted Date 25 Jun 2025 at 5 PM
Response Date 11 Aug 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office Washington Contracting Office
Agency Department Of Interior The
Location La porte Indiana United states

Possible Bidders

Am General Limited Liability Company

Auburn hills Mishawaka South bend Livonia

Raytheon Company

Lake charles Albuquerque Lexington park Farmington Linthicum heig Marlborough Manchester Camden Bedford El segundo Largo Hudson Culver city State college Las vegas Tewksbury Melrose park North charleston Point mugu nawc Port jefferson Bellevue Aurora Mc kinney Pasadena El paso Goleta Columbus Keyport Norfolk San antonio Boston Lanham Arlington Stafford Pelham Torrance Philadelphia Waltham Aberdeen proving ground Fairdale Mahwah Nashua Mystic Long beach Fort wayne Pomona Upper marlboro Rancho cucamonga E providence Saint petersbu Orlando Centennial Andover Chicago Bristol Sudbury Kirkwood Plano Fort irwin Lexington Colorado sprin Las cruces Springfield Dulles Houston Burlington Santa fe springs Lawton Portsmouth El dorado hills Richardson Tucson Quincy Fullerton Danbury Woburn Forest Lowell Huntsville Northboro Falls church Mcclellan Chesapeake Warner robins Lompoc Fort lee Newport beach Chula vista Sherman Louisville Mukilteo Virginia beach Pensacola Wayland Fort hood Dallas Mckinney San diego Colorado springs Reston Oxnard Riverdale Billerica Lagrange Salt lake city Indianapolis Englewood Mount laurel Garland

Kimball International Incorporated

Santa claus Indianapolis West chester Jasper Alexandria

Sign up to access Documents

Signup now
This is a pre-solicitation notice that Request for Proposals (RFP) #140P2125R0039 will be posted on approximately July 8, 2025. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed requirements to conduct a removal action under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). The intent of the contract is to remove sufficient material to reach the Site's removal action objectives.

The contractor will implement Non-Time Critical Removal Action (NTCRA) Specifications at the Pinhook Bog Debris Site in Indiana Dunes National Park (INDU). The work includes removing approximately 1,350 bank cubic yards (BCY, estimated to be 2,500 tons) of solid waste and commingled soil (some of which is contaminated and may be classified as hazardous), characterizing the material, transporting it to appropriate disposal facilities, collecting and analyzing confirmation samples, and preparing a Removal 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. An offer guarantee will be required with proposal submission.

Funds are not presently available for this effort, however there is a high expectation that funds will become available to make an award resulting from this solicitation. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

PROJECT LOCATION: The work site is comprised of seven distinct debris areas within the Pinhook Bog unit of INDU, south of Michigan City IN, on the north side of US Interstate Highway 80/90 tollway and just east of Wozniak Road. Maps and information about the park are at www.nps.gov/INDU.

SITE VISIT: A group site visit is scheduled on the morning of 7/23/25. Pertinent details will be provided in Section L of the solicitation. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored.

DETAILS: This is a best value negotiated procurement set-aside for Service-Disabled Veteran-Owned Small Business concerns in accordance with FAR 19.14. The prime contractor shall not subcontract more than the subcontract limitations specified in FAR clause 52.219-14 to other than similarly-situated concerns. For this purpose, work to be performed falls in the category "services." The NAICS code for this project is 562910, Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water, and the small business size standard is 1,000 employees. All work will be performed under a single firm-fixed-price contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $250,000 and $1,000,000 (also refer to Offer Affordability notice in RFP Section L.3).

The RFP and future amendments will be posted in the Contracting Opportunities section of SAM (https://sam.gov/content/opportunities). The solicitation package will be in Microsoft Word and Adobe PDF. Proposals will be due approximately 30 days after the RFP is posted; specifically, they will be due by the date and time specified in Block 13 of the Standard Form 1442 or in the most recent amendment (SF30). Offerors will submit their proposals by email per instructions included in the solicitation; proposals will consist of two volumes (technical and price). The government will consider each offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value.

Prospective offerors must visit SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award.

Construction Contract Administration: Federal Acquisition Regulation (FAR) 36.211(b) requires agencies provide description of policies and procedures that apply to definitization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract.

It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, Indian Small Business Economic Enterprises, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at https://connect.sba.gov, and to utilize the Small Business Administration (SBA) Dynamic Small Business Search (https://dsbs.sba.gov/search/dsp_dsbs.cfm) for potential subcontractors within these various socio-economic categories.

For more information, contact the Contracting Officer at [email protected].

Similar Opportunities

Lakewood Colorado 19 Aug 2025 at 6 PM
Daniel Wyoming 14 Jul 2025 at 5 PM
Eielson air force base Alaska 11 Jul 2025 at 8 PM
Dyess air force base Texas 17 Jul 2025 at 8 PM
Location Unknown 22 Jul 2025 at 7 PM

Similar Awards

Indiana 24 Jul 2014 at 11 PM
La porte Indiana 07 Sep 2011 at 8 PM
Reno Nevada Not Specified
Denver Colorado Not Specified
Location Unknown 20 Sep 2012 at 1 PM