F--CERCLA removal action at Mojave NP
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 National Park Service (NPS), Department of the Interior, has issued a pre-solicitation for a Non-Time Critical Removal Action (NTCRA) under CERCLA at the Hidden Hill Mine contaminated site within Mojave National Preserve (MOJA). This opportunity is set-aside for Indian Small Business Economic Enterprises (ISBEEs). The full solicitation (RFQ) is expected to be posted on SAM.gov on or before March 27, 2026. A site visit is scheduled for April 9, 2026, at 10:00 am.
Scope of Work
The project involves the removal of approximately 69-100 cubic yards (estimated 150 tons) of comingled tailings and potentially affected underlying material from a five-acre abandoned mine site. Key tasks include:
- Excavation, transport, and disposal of contaminated material.
- 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 Confirmatory and Waste Sampling and Analysis Plan (SAP).
- Material characterization and collection/analysis of confirmation samples.
- Preparation of a Response Action Completion Report (RACR). The site is located on the southeast slope of the Providence Mountains in MOJA.
Contract & Timeline
- Type: Firm Fixed Price contract, utilizing a combination of lump sum and unit-priced items, subject to a variation in quantity clause. The estimated magnitude is below the Simplified Acquisition Threshold ($350,000).
- Set-Aside: Indian Small Business Economic Enterprises (ISBEEs) in accordance with DIAR 1480.
- NAICS: 562910 (Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water), with a small business size standard of 1,000 employees.
- Requirements: 100% Payment Bond, 100% Performance Bond, and liability insurance will be required prior to contract performance.
- Solicitation Release: On or before March 27, 2026.
- Site Visit: April 9, 2026, at 10:00 am (strongly encouraged, not mandatory).
- Quotes Due: Approximately 30 days after the RFQ is posted.
Evaluation
Award will be made to the firm whose quote represents the best value, considering the company's technical capability in comparison to its price.
Additional Notes
This procurement will be conducted under FAR 13 procedures. The prime contractor must adhere to subcontracting limitations specified in RFO clause 52.219-14 for services. All work is subject to the Wage Rate Requirements (Construction). Prospective quoters must periodically visit SAM.gov for the RFQ and any amendments; no other notifications will be sent. An active SAM.gov registration is mandatory prior to the offer due date. For more information, contact Sarah Welch at sarah_welch@nps.gov.