SOLICITATION NOTICE
F -- LAKE MINCHUMINA SITE INVESTIGATON AND REMEDIAL INVESTIGATION
- Notice Date
- 8/6/2025 3:11:20 PM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- 697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
- ZIP Code
- 76177
- Solicitation Number
- 697DCK-25-R-00446
- Response Due
- 8/21/2025 12:00:00 PM
- Archive Date
- 09/05/2025
- Point of Contact
- Sonia Holguin, Phone: 8172224397
- E-Mail Address
-
sonia.o.holguin@faa.gov
(sonia.o.holguin@faa.gov)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- The FAA has a requirement for a Site and Remedial investigation at Lake Minchumina, AK. This will be an 8(a) competed set-aside. Interested vendor should be able to provide all equipment, supplies, labor, transportation, and supervision necessary to perform a site investigation and remedial investigation at the Lake Minchumina FAA station. The complete SOW will be provided at time of solicitation, but below is a condensed version of the re. In order to better understand the market for this potential requirement: - The Contractor must abide by all applicable laws, codes, regulations, and guidance�s, and is required to perform all work in full compliance with federal, state, and local laws, codes, and regulations. - All work must be performed in accordance with 18 AAC 75 and ADEC Field Sampling Guidance, available at https://dec.alaska.gov/. - The Contractor must provide utility locate services to identify all buried utility systems where subsurface work will take place. The Contractor is solely responsible for notifying relevant utility owners/operators and One-Call System sufficiently in advance to ensure that delays to the project do not occur. - Contractor must attempt to geolocate the former drum piles through the review of historical aerial photographs, reports, or other reliable means. - All soil samples must be submitted for laboratory analysis of RRO, DRO, PAHs, VOCs, pesticides, herbicides, PCB�s, dioxins, RCRA metals, copper, and hexavalent chromium. - Contractor must collect 1 surface water sample from the waterbody nearest to each former drum pile for a total of 4 samples. - For the entirety of the investigation the Contractor must propose a subsurface soil sampling method to supplement direct push drilling. - The Contractor must install and develop 5 new wells(identified in SOW), in accordance with ADEC�s Monitoring Well Guidance, as available at https://dec.alaska.gov/. - Collect groundwater samples from all wells - Contractor must review existing subsurface soil sample results and UVOST probes and conduct an investigation to define the magnitude and the vertical and horizontal extent of hydrocarbon contamination and/or dioxin contamination, PCB and lead contamination; extent of smear zone hydrocarbon contamination at a plume at various locations. - Contractor must install and develop one source area monitoring well (stickup) in accordance with ADEC�s Monitoring Well Guidance - Contractor must review existing sample results to perform an investigation to assess if contaminants are migrating below the waste area at the Landfill - Delineation must be achieved via subsurface soil samples submitted for laboratory analysis. - Contractor must collect 10 surface soil samples from apparently undisturbed areas around Area A and B to determine background RCRA metals and dioxin concentrations - Additionally, the Contractor must perform a ground-penetrating radar (GPR) survey of Area A to define the horizontal and vertical extent of the burial area. - Contractor must complete a comprehensive pre-demolition survey of Building 300 that identifies the quantity and type of all potential waste associated with demolishing the entirety of Building 300, including the slab and foundation, and all contents of Building 300. *** Note - Lake Minchumina is not connected to the state�s road system and is accessible primarily by plane. The Lake Minchumina FAA Station is located on the southwest shore of Lake Minchumina, adjacent to the runway. The ADOT&PF maintained runway has historically been suitable to land C-130�s throughout the summer months. In order to recieve the solicitation, the FAA requests the following information from interested SEDB 8(a) certified vendors: 1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract) 2. Address 3. Point of Contact name, email address and telephone number 4. UEI Number 5. Relevant experience on similar projects within the last five years. Please provide specific contract numbers, contact names and email information to support claimed capabilities. The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation. Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than August 21, 2025 at 1400 Central Time. Failure to respond to this pre-solicitation will preclude a Contractor�s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b5fa1c9219be4d01895e7cdd2f1ba9dc/view)
- Place of Performance
- Address: Lake Minchumina, AK, USA
- Country: USA
- Country: USA
- Record
- SN07538353-F 20250808/250806230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |