Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2025 SAM #8794
SOLICITATION NOTICE

F -- Mill Valley (QMV) ARSR Remedial Investigation And Removal Action

Notice Date
12/22/2025 11:59:00 AM
 
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-00099
 
Response Due
1/6/2026 8:00:00 AM
 
Archive Date
01/21/2026
 
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 a remedial investigation (RI) at multiple locations at the Mill Valley ARSR to investigate the presence, severity and extent of contamination in the surface soils at concentrations that exceed applicable cleanup criteria. Remove three onsite USTs and perform removal action (RA) for petroleum impacted soils at all three USTs. Decommission two duct banks present within the work area. Below is an abbreviation of the statement of work and no attachments will be provided until solicitation: - The Contractor must delineate the lateral and vertical extent of all previously indicated sources of contamination at the Mill Valley ARSR, which exceed applicable California cleanup levels. - The contractor may also be required to demonstrate the presence or absence of naturally occurring asbestos in onsite soils and utilize appropriate methods for mitigation of risk to onsite personnel. The investigation at each site must be guided by direct read field instruments when possible (ie XRF for lead, and PID for petroleum/solvents). - The Contractor must assume no groundwater will be encountered or require sampling. - Soil boring sampling must be conducted in different areas to delineate the extent of solvent contamination (TCE) indicated to be present at multiple locations. Site minimums will be indicated in the SOW. - Vapor sampling must be conducted to characterize the TCE contamination source area in different areas. Site minimums will be indicated in the SOW. - Surface soil sampling to delineate the extent of lead in surface soils must be conducted in different areas. Site minimums will be indicated in the SOW. - All contents of the 3 tanks will need to be characterized, removed, and disposed of prior to tank removal. - All concrete associated with the cap of the USTs is assumed to be clean and must be removed and disposed of offsite. - All tanks and piping present within the excavation must be removed and disposed of at an appropriate offsite facility. All piping extending out of the excavation must be cut off, drained if there are contents, and permanently dead-headed. - All petroleum impacted soils from within these excavations must be removed and sampled to confirm all petroleum contaminants are below site cleanup levels. 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 January 6, 2026 at 1000 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. ***Funding is not currently available for this requirement***
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a1726d2135fa499f87d1b27d213f6d81/view)
 
Place of Performance
Address: Mill Valley, CA 94942, USA
Zip Code: 94942
Country: USA
 
Record
SN07672498-F 20251224/251222230035 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.