Environmental Remediation Services Tooele Army Depot, Utah
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Government, specifically the Department of the Army, is issuing a Sources Sought Notice (SSN) to identify qualified firms for Environmental Remediation Services at Tooele Army Depot (TEAD) in Utah. The intent is to award a non-personal services Single Award Indefinite Delivery/Indefinite Quantity (SA ID/IQ) firm-fixed-price (FFP) contract. This SSN is for market research purposes only and is not a solicitation. Responses are due by April 27, 2026, at 11:00 A.M. CDT.
Scope of Work
The primary requirement is for comprehensive environmental remediation services across multiple sites at TEAD-North Area (TEAD-N) and TEAD-South Area (TEAD-S). The contractor will provide all necessary personnel, equipment, and supervision to address environmental, explosive safety, scheduling, and regulatory issues. Services must comply with Federal, State, and local laws, including CERCLA, SARA, NCP, RCRA, and DoD/Army regulations. Specific sites include landfills, disposal pits, and industrial groundwater sources. While potential Chemical Warfare Materiel (CWM) and Munitions of Explosives Concern (MEC) are noted, direct performance of CWM/MEC work is excluded; contractors must report such discoveries. Key personnel requirements include a Program Manager, Project Manager, Regulatory Specialist, Senior Scientist/Engineer, and Program Quality Assurance / Quality Control Manager.
Contract & Timeline
- Contract Type: Sources Sought Notice (intent for SA ID/IQ, FFP)
- Anticipated NAICS: 562910 - Environmental Remediation Services (Size Standard: 750 employees)
- Period of Performance: Anticipated five (5) year ordering period for the ID/IQ. Each Task Order (TO) will have a 24-month period of performance, with fieldwork completed within the first 12 months.
- Response Due: April 27, 2026, 11:00 A.M. CDT
- Published Date: April 10, 2026
Eligibility / Set-Aside
The government intends to award this requirement to a participant in the 8(a) Business Development Program. Firms with other socioeconomic categories (Small Disadvantaged Business, HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business) are encouraged to identify their capabilities. If fewer than two small businesses respond with information to support an 8(a) set-aside, the government may not be able to set aside the requirement.
Submission & Evaluation
This is for market research only; it is not a request for proposals. Responses are limited to ten (10) written pages (PDF or MS Word). Submissions should be emailed to Brayden Lazenby (brayden.v.lazenby.civ@army.mil) and cc Miranda Caban (miranda.a.caban.civ@army.mil), referencing W9124J-26-R-EE04 in the subject line. Responses will inform the government's decision on potential set-asides and contract structuring.
Additional Notes
Vendors are asked to answer specific questions regarding competition restrictions, firm information, subcontracting plans, past experience, commercial availability, and recommendations for contract structure. Potential offerors are responsible for monitoring SAM.gov for any future competitive solicitations.