Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
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. Army Corps of Engineers (USACE), Omaha District, has issued an Unrestricted Cost-Plus-Fixed-Fee (CPFF) Solicitation (W9128F26RA045) for Responsible Party Oversight, Feasibility Study, Proposed Plan, and Record of Decision services at the Libby Asbestos Superfund Site, Operable Unit 3 (OU3) in Libby, Montana. This effort supports the EPA Region 8 in addressing Libby amphibole (LA) asbestos contamination. Proposals are due February 23, 2026.
Purpose & Scope of Work
The contractor will provide oversight for the Potentially Responsible Party's (PRP) Feasibility Study (FS) process, including detailed analysis of technology screening, process option evaluation, and development/screening/analysis of alternatives. The scope also includes engineering evaluation of PRP activities and, optionally, preparing the Proposed Plan (PP) and Record of Decision (ROD), finalizing the PRP-led FS if it stalls, and conducting sampling for wildfire response. The objective is to document the remedy selection for OU3.
Contract Details
- Contract Type: Cost-Plus-Fixed-Fee (CPFF)
- Set-Aside: Unrestricted
- NAICS Code: 562910 (Environmental Remediation Services)
- Product Service Code: F999 (Other Environmental Services, Studies, And Analytical Support)
- Period of Performance: 3 years (March 16, 2026, to March 15, 2029)
- Place of Performance: Libby Asbestos Superfund Site, OU3, Libby, Montana
Submission & Evaluation
Proposals are due February 23, 2026, by 12:00 PM local time, submitted electronically via email in Adobe PDF format. The award will be based on a Best Value Tradeoff Source Selection Process. Evaluation factors, in descending order of importance, include:
- Key Management Personnel (CERCLA FS SME/Senior Engineer, Senior Risk Assessor/SME required)
- Past Performance
- Organizational Chart/Management Approach
- Small Business Participation Commitment Document (minimum 35% planned for Small Business) The Cost Proposal Spreadsheet will be evaluated for reasonableness and realism and is a significant factor. The government intends to award without discussions. Technical inquiries must be submitted via ProjNet at least 10 calendar days prior to the due date.
Special Requirements
The contractor must comply with all applicable Federal, State, and local statutes and regulations, including CERCLA and RCRA, and implement a Quality Management Program. HAZWOPER training is mandatory for personnel performing hazardous operations. The Service Contract Act Wage Determination 2015-5401 applies.