F--CERCLA removal action at Mojave NP, CA

SOL #: 140P2126Q0049Solicitation

Overview

Buyer

Interior
National Park Service
WASHINGTON CONTRACTING OFFICE
LAKEWOOD, CO, 80225, United States

Place of Performance

Place of performance not available

NAICS

Remediation Services (562910)

PSC

Hazardous Substance Removal, Cleanup, And Disposal Services And Operational Support (F108)

Set Aside

Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior) (ISBEE)

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Apr 17, 2026
3
Submission Deadline
May 5, 2026, 10:00 PM

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 National Park Service (NPS), Department of the Interior, is soliciting quotes for a Non-Time Critical Removal Action (NTCRA) under CERCLA at the Hidden Hill Mine contaminated site within Mojave National Preserve (MOJA), California. This project involves the removal and disposal of approximately 150 tons of copper-contaminated mine tailings and soil. This acquisition is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside. Quotes are due by May 5, 2026, at 3:00 pm PT.

Scope of Work

The contractor will perform a CERCLA NTCRA at the approximately five-acre Hidden Hill Mine site. Key tasks include:

  • Excavation, transportation, and off-site disposal of an estimated 150 tons (100 CY conservative) of commingled tailings and contaminated soil, primarily copper. The copper Preliminary Remediation Goal (PRG) is 497 mg/kg.
  • Preparation of post-award plans: Site Health and Safety Plan (SHASP), Under-an-Acre Pollution Prevention Plan (UPPP), Traffic Control Plan (TCP), Hazardous Material Spill Plan (HMSP), and Sampling and Analysis Plan (SAP).
  • Waste characterization, confirmation sampling, and preparation of a Response Action Completion Report (RACR).
  • Site restoration, including recontouring and hydroseeding with native species.
  • Strict adherence to environmental protection measures for natural resources (e.g., Desert Tortoise) and cultural resources, with archeological monitoring.
  • Contractor personnel must be HAZWOPER qualified, and specific key personnel qualifications are required (Environmental Professional, Human Health Risk Assessor, Ecological Risk Assessor, Regulatory Specialist).

Contract Details

  • Contract Type: Firm Fixed-Price, combining lump sum and unit-priced items.
  • Estimated Magnitude: Below the Simplified Acquisition Threshold ($350,000).
  • Period of Performance: 400 calendar days after Notice to Proceed (NTP). Field work is planned between November 30 and March 1 to avoid Desert Tortoise season and extreme heat, with mobilization not prior to January 4, 2027.
  • Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE).
  • NAICS Code: 562910 (Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water) with a 1,000-employee size standard.
  • Bonds & Insurance: 100% Payment Bond, 100% Performance Bond, and liability insurance are required.
  • Subcontracting: Prime contractors shall not subcontract more than specified in RFO clause 52.219-14 (services category) to other than similarly situated concerns.
  • Wage Rates: Subject to Wage Rate Requirements (Construction) / Davis-Bacon Act (Attachment 4).

Submission & Evaluation

  • Quotes Due: May 5, 2026, at 3:00 pm PT.
  • Submission Method: Email to sarah_welch@nps.gov.
  • Evaluation Criteria: Best value tradeoff, considering technical capability (relevant experience, key personnel), past performance (customer surveys, CPARS), and price reasonableness.
  • Site Visit: A group site visit was held on April 9, 2026, at 10:00 am. Attendance was strongly encouraged but not mandatory. Clarifications from this site visit have been issued.
  • Mandatory Requirement: Offerors must have an active registration at www.SAM.gov prior to the offer due date.
  • Amendments: Offerors must acknowledge all amendments and periodically check SAM.gov for updates. Amendment 0001 transmits clarifications that augment the SOW and Work Plan.

Key Documents

  • Solicitation (140P2126Q0049): Outlines full requirements.
  • Amendment 0001: Transmits Attachment 3 (Clarifications) and confirms due date.
  • Attachment 1 (SOW) & Attachment 2 (NTCRAWP): Detail the technical scope and work plan.
  • Attachment 5 (Clarifications): Provides Q&A from the site visit, including details on borrow sources, road modifications, vehicle limits, staging areas, and excavation near structures.
  • Forms 2-5 (Excel): Include Price Schedule, Additional Price Details, Key Personnel Qualifications, and Limitations on Subcontracting.
  • Form 7 (Relevant Experience): For demonstrating past projects.
  • Form 6 (FAR representations): Includes ISBEE representation and other certifications.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View

Versions

Version 3Viewing
Solicitation
Posted: Apr 17, 2026
Version 2
Solicitation
Posted: Mar 17, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 6, 2026
View
F--CERCLA removal action at Mojave NP, CA | GovScope