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, is soliciting proposals for Responsible Party Oversight, Feasibility Study, Proposed Plan, and Record of Decision services for the Libby Asbestos Superfund Site, Operable Unit 3 (OU3), in Libby, Montana. This Unrestricted opportunity, under NAICS 562910 (Environmental Remediation Services), seeks a contractor to oversee a Potentially Responsible Party (PRP)-led Feasibility Study and support the Environmental Protection Agency (EPA) Region 8. Proposals are due February 23, 2026, at 12:00 PM local time.
Scope of Work
The contractor will provide comprehensive services, materials, and labor for the Libby Asbestos Superfund Site OU3. Key responsibilities include:
- Oversight of the PRP's Feasibility Study (FS) process, encompassing technology screening, process option evaluation, and the development, screening, and detailed analysis of alternatives.
- Engineering evaluation services to monitor the PRP's contractor(s) for compliance with work plans.
- Preparation of a Proposed Plan (PP) and Record of Decision (ROD) to document the selected remedy for OU3.
- Optional tasks may include finalizing the PRP-led FS if it stalls and conducting sampling for a wildfire response plan. The work requires credentialed professionals, including a CERCLA Feasibility Study Subject Matter Expert/Senior Engineer and a Senior Risk Assessor or Subject Matter Expert.
Contract Details & Timeline
- 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: 36 months (3 years) from the date of award (anticipated March 16, 2026, to March 15, 2029).
- Proposal Due Date: February 23, 2026, at 12:00 PM local time.
- Published Date: January 23, 2026.
Submission & Evaluation
Proposals must be submitted electronically via email in two volumes (Technical/Past Performance and Cost/Representations/Certifications) as Adobe PDF files with OCR. The award will be based on a Best Value Tradeoff Source Selection Process, with the government intending to award without discussions. Evaluation factors, in descending order of importance, include:
- Volume I (Technical Proposal and Past Performance): Resumes of Key Management Personnel, Past Performance (recency, relevancy, quality), Organizational Chart/Management Approach, and a Small Business Participation Commitment Document (minimum 35% planned small business utilization).
- Volume II (Cost Information): The Cost Proposal Spreadsheet will be evaluated for reasonableness and realism and is a significant factor. Other required forms (SF 33, Representations/Certifications) are not evaluated for award but are mandatory. Offerors must use the provided Cost Proposal Spreadsheet format. Compliance with the Service Contract Act Wage Determination (2015-5401, Rev. 26) is required.
Key Contacts
- Amanda N. Lane, Contract Specialist: amanda.n.lane@usace.army.mil, 402-995-2929
- Zachary Kinder, Contracting Officer: zachary.g.kinder@usace.army.mil