Y--Synar AML Reclamation
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 Department of the Interior's Office of Surface Mining Reclamation and Enforcement (OSMRE) is conducting market research through a Pre-Solicitation/Sources Sought Notification to identify qualified construction vendors for the Synar AML Reclamation project in Rogers County, Oklahoma. This project is critical for public health, safety, and property protection, aiming to reclaim an emergency Abandoned Mine Land (AML) site. This notice is for information gathering only and does not constitute a solicitation. Responses are due by April 6, 2026.
Scope of Work
The project involves significant construction efforts to reclaim approximately 89 acres of spoils. Key requirements include:
- Grading and shaping the land to conform to adjacent topography.
- Maintaining existing stormwater flow patterns.
- Eliminating a dangerous highwall and a hazardous water body.
Contract & Timeline
- Type: Sources Sought / Pre-Solicitation (Market Research)
- Estimated Period of Performance: 349 days for construction.
- Response Due: April 6, 2026, at 5:00 PM MT (21:00:00Z).
- Published: March 11, 2026.
Submission & Evaluation
This is a Request for Information (RFI); no proposals or quotes are being solicited at this stage. Interested firms are requested to submit a capability statement, limited to two pages, via email to cathy_boulware@ios.doi.gov. The statement should include:
- Business Name, Address, and Unique Entity Identifier (UEI).
- Business Size and Socioeconomic Status.
- Bonding Capacity (single and aggregate).
- Relevant Experience within the last five years.
- Point of Contact Information. Responses will inform the government's acquisition strategy and potential future set-asides.
Eligibility / Set-Aside
Market research will determine the potential for various small business set-asides, including 8(a), HUBZone, WOSB, SDVOSB, or total small business. Small businesses are strongly encouraged to respond to demonstrate their capabilities.
Tentative Future Solicitation Schedule
- Solicitation Issue: On or before April 6, 2026.
- Pre-Proposal/Bid Site Visit: April 9, 2026.
- Questions Due: April 17, 2026.
- Proposal/Bid Due: April 27, 2026.
- Estimated Construction Start: May 4, 2026.
Additional Notes
No costs incurred in preparing responses will be reimbursed. Submitted information becomes government property. No drawings, specifications, or solicitation documents are available at this time; they will be provided electronically with the future solicitation.