SOLICITATION NOTICE
F -- Birches Remedial Action, Demolition, And Groundwater Monitoring
- Notice Date
- 12/8/2025 2:48:50 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-26-R-00076
- Response Due
- 12/19/2025 10:00:00 AM
- Archive Date
- 01/03/2026
- 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 Remedial Action, Demolition, And Groundwater Monitoring in Birches Alaska at the Birches VHF. Below is an abbreviation of the statement of work and no attachments will be provided until solicitation. Contractor must remove all known PCB, lead, and petroleum impacted soils at the Engine Generator Building and transport the soil off-site for treatment or disposal in the quantities specified. The objective of this removal is to remove contaminants above ADEC Method Two Cleanup Levels. All excavations must be guided by field screening methods, including the use of a photoionization detector (PID), X-ray fluorescence (XRF) analyzer, and visual and olfactory observations. The removal area is approximately 5,160 sq ft, with contamination extending from the surface to 15 ft below ground surface (bgs). The contractor is responsible for dewatering and managing saturated soils as necessary to complete the scope of work. Field-screening and analytical samples must be collected from excavations and stockpiles at frequencies consistent with Tables 2A and 2B of the ADEC Field Sampling Guidance. Monitoring well destroyed or damaged as part of the remedial action must be replaced and developed. Due to the remote nature replacement installation via excavator is acceptable to the FAA. Demolition consists of the removal of Engine Generator Building Concrete Foundation and Electronics Building Concrete Foundation. Birches is not an active FAA facility and therefore does not have generator status nor an Environmental Protection Agency (EPA) or TSCA ID for shipping purposes. The Contractor is responsible for obtaining the appropriate ID on behalf of the FAA necessary to manifest the waste generated. The EPA requires in 40 CFR Part 265.16 all personnel working on hazardous waste sites to be trained in hazardous waste management procedures, and emergency response. The Contractor must conduct both horizontal and vertical surveys of all groundwater water and soil sample locations, as well as any additional sites deemed relevant to the project To accommodate various approaches, limited work seasons, and space constraints this project may be executed in calendar year 2026 and/or 2027. Contractor must coordinate all field activities with the CO and FAA Project Engineer. Schedule must be mutually agreed upon by the Contractor and FAA Project Engineer. ***Birches is not connected to the road system and lacks any infrastructure. The land is owned by Doyon, Limited. During previous projects, personnel accessed the site by boat from Tanana or by floatplane from Fairbanks, while heavy equipment and supplies were delivered by barge from Nenana and staged on the riverbank. In order to better understand the market for this potential requirement, 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 December 19, 2025 at 1200 Central Time. Failure to respond to this pre-solicitation with all of the requested information 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/workspace/contract/opp/b838be64d598406cab3db24c4a25d4af/view)
- Place of Performance
- Address: Tanana, AK 99777, USA
- Zip Code: 99777
- Country: USA
- Zip Code: 99777
- Record
- SN07659485-F 20251210/251208230032 (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 |