Standard Chlorine of Delaware- Remediation Services Single Award Task Order Contract (SATOC)

SOL #: W912BU25RA015Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States

Place of Performance

Place of performance not available

NAICS

Remediation Services (562910)

PSC

Other Environmental Services, Studies, And Analytical Support (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jul 31, 2025
2
Last Updated
Dec 3, 2025

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.

PRE-SOLICITATION NOTICE STANDARD CHLORINE OF DE

Solicitation Number: W912BU25RA015

Notice Type: Pre-Solicitation Notice

General Information: This is a Pre-Solicitation Notice for the forthcoming Request for Proposal (RFP) for a Single Award Task Order Contract (SATOC) for Environmental Remediation Services at the Standard Chlorine of DE Superfund Site (OU-2, Soil and Sediments) located on Governor Lea Road in New Castle County, Delaware.

The U.S. Army Corps of Engineers (USACE) is addressing the chemical contamination at the site that covers approximately 145-acres of mixed developed and undeveloped land, including a 23-acre fenced area that is the former location of a chlorobenzene manufacturing plant (Plant) that was owned and operated by Standard Chlorine of Delaware, Inc. until December 1998, and then by Metachem Products, LLC (Metachem) until 2002.  

USACE is conducting this cleanup following the requirements of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) of 1980, as amended, 42 United States Code (U.S.C) (S) 9617 (a), and the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), 40 CFR (S) 300.430(f)(2).

The remedial objectives are per the EPA Record of Decision (ROD) of 1995 and subsequent amendment of September 2022. The 2022 ROD Amendment identifies further remedial action for this site which is comprised of the following general elements:
•    Excavation of soil and sediment (including areas in the wetlands covered with Phragmites)
•    On-site Low Temperature Thermal Desorption (Rotary Kiln)
•    In-situ Enhanced Bioremediation with a Bio-reactive Barrier 
•    Metals Stabilization
•    Placement of Treated Sediment and Backfilling
•    Wetland Restoration

The selected remedy combines elements of the originally selected remedy, bioremediation, with the contingent remedy, LTTD (Rotary Kiln). It specifies the depth of excavation for soil and shallow sediment and addresses principal threat waste in the wetland to depths practicable. The selected remedy also addresses potential metals toxicity in wetland sediment by adding a stabilization agent after treatment via LTTD. The contractor(s) shall be responsible for all remediation work including site preparation, excavation, LTTD treatment, metals stabilization, sampling, analyses, demolition, bio-barrier mixing, and placement of treated material, backfilling, handling, packaging, and potentially transportation and disposal of all material required under the SATOC contract.

Contractor(s) shall provide all labor, materials, facilities and equipment necessary to perform all work identified on a per task order basis and in accordance with the SATOC Base Scope of Work (SOW). The individual task orders will contain a Performance Work Statement (PWS) that will clearly indicate the specific requirements of the task(s) to be performed. The task orders could be a combination of firm-fixed price and cost-plus-fixed-fee scope items. The ordering period will be five (5) years from the date of contract award.

This project will be solicitated as a Total Small Business Set-Aside and will be open to all small businesses registered under the NAICS Code 562910- Environmental Remediation Services. After market research was completed, it was determined that two or more small businesses have demonstrated that may be able to complete the work required by the proposed SATOC. Per FAR 19.502-2(b) “The contracting officer shall set aside any acquisition over the simplified acquisition threshold for small business participation when there is a reasonable expectation that- (1) Offers will be obtained from at least two responsible small business concerns; and (2) Award will be made at fair market prices.” Based on the market research results there is reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of fair market prices, quality, and delivery. 

The estimated ceiling is expected to be $200 million.

Site Visit: A site visit will be available within 1-2 weeks of posting the RFP.

Release Date: The official solicitation is expected to be released on or about September 15, 2025 and will be posted on the System for Award Management website (www.SAM.gov)

THIS IS NOT AN ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH THIS ANNOUNCEMENT.

No telephone calls/emails requesting a solicitation will be accepted or acknowledged.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 16
Solicitation
Posted: Dec 3, 2025
View
Version 15
Solicitation
Posted: Nov 20, 2025
View
Version 14
Solicitation
Posted: Nov 18, 2025
View
Version 13
Solicitation
Posted: Nov 13, 2025
View
Version 12
Solicitation
Posted: Nov 12, 2025
View
Version 11
Solicitation
Posted: Nov 12, 2025
View
Version 10
Solicitation
Posted: Nov 6, 2025
View
Version 9
Solicitation
Posted: Nov 6, 2025
View
Version 8
Solicitation
Posted: Oct 20, 2025
View
Version 7
Solicitation
Posted: Oct 9, 2025
View
Version 6
Solicitation
Posted: Oct 9, 2025
View
Version 5
Solicitation
Posted: Sep 29, 2025
View
Version 4
Solicitation
Posted: Sep 29, 2025
View
Version 3
Solicitation
Posted: Sep 22, 2025
View
Version 2Viewing
Pre-Solicitation
Posted: Aug 1, 2025
Version 1
Pre-Solicitation
Posted: Jul 31, 2025
View