Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2026 SAM #8832
SOLICITATION NOTICE

F -- Annette Island, AK Remedial Investigation (RI) and Remedial Action (RA) for Site 51 and 53

Notice Date
1/29/2026 2:34:44 PM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-26-R-00129
 
Response Due
2/9/2026 10:00:00 AM
 
Archive Date
02/24/2026
 
Point of Contact
Sonia Holguin, Phone: 8172224397, Todd Butler
 
E-Mail Address
sonia.o.holguin@faa.gov, Todd.Butler@faa.gov
(sonia.o.holguin@faa.gov, Todd.Butler@faa.gov)
 
Small Business Set-Aside
8A 8a Competed
 
Description
The FAA has a requirement for a remedial investigation (RI) and remedial action (RA) at two Sites � FAA Storage Yard and Former Housing area - at the former Federal Aviation Administration (FAA) Station on Annette Island Reserve, Alaska. Special Considerations: - This project will be performed on the Annette Island Reserve which is under the authority of the Metlakatla Indian Community (MIC). Interested vendors MUST have had experience in the last 10 years with the regulations of the Metlakatla Indian Community Environmental Council as well as, experience working within the Metlakatla Indian Community City policies for worker and business permits, as well as materials purchase. - MIC requires all visitors to apply for a visitor permit. Visitors who will be in the community for longer than two weeks will need to apply for a residency permit. - All excavation backfill material must be purchased from MIC. No organic materials, including seed mixes, can be brought to the island. - Global positioning system (GPS) service and telecommunications are unavailable in many areas on the Metlakatla Peninsula. Satellite communications, mobile GPS antenna stations, walkie-talkies, and/or other technology resources may be needed to verify target locations, allow for communication across Contractor teams and with FAA representatives, and ensure safety of the field team. - The Contractor shall prepare for field activity in remote locations. The Contractor is likely to encounter wetlands, dense forest, uneven terrain, abandoned infrastructure, wildlife, overhead infrastructure, and other hazards while on site. The Contractor is responsible for achieving the activities and objectives outlined in this SOW regardless of surface slopes, dense vegetation, wet ground surface conditions, and other similar obstacles. - The Contractor shall select a laboratory and processes capable of achieving sufficiently low MDLs to allow for direct comparison of analytical results to relevant CULs. - Prior projects encountered multiple issues due to the logistics of getting sample shipments off Annette Island and onto Gravina Island to be transported to the laboratory. The weather, airplane schedules, ferry schedules, staffing reductions and freight office closures at Alaska Airlines, can all impact the transportation of sample shipments. - The Contractor shall propose the use of an on-site field laboratory to analyze for methods AK102 and AK103 to be used for excavation screening. The laboratory should be capable of processing 20 samples in a 24-hour period, perform silica gel cleanup as needed, and have a laboratory information management system. - There is a discontinuous peat layer across the sites. The peat is saturated with petroleum. The peat layer when encountered and determined to be contaminated will be excavated and disposed of off island. The peat needs to be removed to help achieve reductions in the groundwater concentrations over time. Below is an abbreviation of the statement of work and no attachments will be provided until solicitation: - The Contractor must submit a Work Plan that describes the Contractor's detailed approach for the performance of this contract. - The Contractor shall implement general preparatory efforts to facilitate work to be conducted pursuant to the SOW. - The FAA expects that the Contractor will encounter heavy vegetation in the study areas. Old growth vegetation (assumed for purposes of this SOW as trees having a diameter of 18 inches or more at chest height) may also be encountered. If such trees are found to be present at any of the work sites, the Contractor shall coordinate with FAA and MIC to have important old growth specimens tagged. All tagged trees will be protected to the maximum extent practicable. - Clearing of vegetation is expected to the extent necessary to fully evaluate the areas of interest pursuant to this SOW. The Contractor shall use a mulching mower, brush mulcher, or similar equipment to avoid the need to haul/dispose downed vegetation. - Residual brush, large stumps, and trunks remaining from prior projects in the Crab Point area will be ground and the chips used as top cover once the excavations are backfilled. It is assumed that excavations at Site 51 will encounter many stumps from when the site was originally built. These stumps will need to be ground and the chips used as top cover once the excavations are backfilled. - The Contractor must provide utility locating services to identify all buried utility systems where subsurface work will take place. - Where appropriate, the Contractor shall arrange for Silica Gel Cleanup (SGCU) of samples by the laboratory as part of the analytical process in accordance with ADEC�s Technical Memorandum-21-001 Biogenic Interference and SGCU (December 22, 2021) to distinguish petrogenic contaminant sources from biogenic conditions. - RI activities are required under this SOW to delineate POL exceedances in subsurface soil at former housing buildings - At each former UST location adjacent to the former foundation, a minimum of six soil borings will be placed to collect subsurface soil samples. - Assume that each former house location will require three groundwater monitoring wells. - The Contractor shall excavate all soil containing POL, lead, PCBs, and/or asbestos exceedances across four AOCs at the storage yard. - Contractor shall be prepared to manage water accumulation in excavations as well as runoff from the site surface. - Horizontal and vertical surveys of debris locations, excavation limits, soil and water sample locations, permanent markers and any other location deemed to be pertinent to the objectives of this project must be conducted. - While performing work specified in this contract, the Contractor is subject to, and must comply with the various regulations regarding hazardous materials, wastes, and substances. - Facilities may become episodic Large Quantity Generators (LQG) as a result of remediation, decommissioning, demolition, and/or renovation projects, and it is likely that the VOR remedial action under the SOW will result in a temporary change of RCRA generator status to LQG - Currently, fieldwork is expected to be completed during the 2026 Spring/Summer season, roughly April- September (weather permitting). - Fieldwork will be conducted using, at a minimum, 60-hour workweeks. The Contractor shall plan for a short hiatus in early August off-Island during the MIC Founder�s Day celebrations. In order to better understand the market for this potential requirement, the FAA requests the following information from interested SEDB 8(a) certified vendors: 1. Name of Company (the resultant Prime contractor that may ultimately be awarded the subsequent contract) 2. Address 3. Point of Contact name, email address and telephone number 4. UEI Number 5. Relevant experience on similar projects within the last five years, as well as, work within the last 10 years with the regulations of the Metlakatla Indian Community Environmental Council as well as, experience working within the Metlakatla Indian Community City policies for worker and business permits, as well as materials purchase. The System for Award Management (SAM) registration for interested Contractors must show that they are an active SBA certified 8(a) program participant or the interested Contractor must provide a copy of their SBA 8(a) certification letter in their response to this notice to be considered for inclusion in the future solicitation. Please submit your capability statement and the above information to Sonia.o.holguin@faa.gov no later than February 9, 2026 at 1200 Central Time. Failure to respond to this pre-solicitation with all of the requested information will preclude a Contractor�s ability to receive a copy of the future solicitation. Limit complete responses to no more than five pages. Information will not be released; however, mark PROPRIETARY on all documents submitted, as applicable.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7e79e2e66fff451fbdba8825a6ff0106/view)
 
Place of Performance
Address: Metlakatla, AK 99926, USA
Zip Code: 99926
Country: USA
 
Record
SN07700447-F 20260131/260129230037 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.