CERCLA removal action at Mojave NP, CA
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 National Park Service (NPS) is soliciting proposals for a Non-Time Critical Removal Action (NTCRA) under CERCLA at the Hidden Hill Mine contaminated site within Mojave National Preserve (MOJA), California. This opportunity is a 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside. The work involves the removal and disposal of approximately 150 tons of contaminated material. Proposals are due May 5, 2026, at 3:00 PM PT.
Opportunity Overview
This acquisition addresses metals contamination, primarily copper, from historic mining operations at the Hidden Hill Mine. The NTCRA aims to mitigate risks to human health and the environment by removing contaminated tailings and soils. The estimated magnitude of this project is below the Simplified Acquisition Threshold ($350,000).
Scope of Work
The contractor will be responsible for:
- Excavation, transportation, and off-site disposal of approximately 150 tons of contaminated tailings and soils.
- Waste characterization and post-removal confirmation sampling.
- Site restoration, including recontouring and hydroseeding with native species.
- Preparation of various post-award plans, including a Site Health and Safety Plan (SHASP), Under-an-Acre Pollution Prevention Plan (UPPP), Traffic Control Plan (TCP), Hazardous Material Spill Plan (HMSP), and Confirmatory and Waste Sampling and Analysis Plan (SAP).
- Compliance with environmental regulations, including critical protections for the Desert Tortoise and cultural resources (requiring an archeological monitor).
Contract Details
- Contract Type: Single Firm-Fixed-Price contract, utilizing a combination of lump sum and unit-priced items.
- Set-Aside: 100% Indian Small Business Economic Enterprise (ISBEE) Set-Aside.
- NAICS Code: 562910 (Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water) with a small business size standard of 1,000 employees.
- Period of Performance: 400 calendar days from the Notice to Proceed (NTP). Field work is planned between November 30 and March 1 to avoid desert tortoise season and extreme heat, with mobilization not occurring prior to January 4, 2027.
- Bonds: 100% Payment Bond, 100% Performance Bond, and liability insurance are required.
- Wage Requirements: Subject to Wage Rate Requirements (Construction), formerly Davis-Bacon Act.
- Subcontracting: The prime contractor shall not subcontract more than the specified limitations in RFO clause 52.219-14 to other than similarly situated concerns, with the work categorized as 'services'.
Key Personnel & Qualifications
Required key personnel include an Environmental Professional, Human Health Risk Assessor, Ecological Risk Assessor, Regulatory Specialist, and Field Sampling Specialists. Personnel must be HAZWOPER qualified, and a Hazardous Substance Removal Certification (HAZ) is required.
Submission & Evaluation
- Response Due Date: May 5, 2026, at 3:00 PM PT.
- Submission Method: Quotes must be submitted via email to sarah_welch@nps.gov.
- Site Visit: A group site visit is scheduled for April 9, 2026, at 10:00 AM PT. Attendance is strongly encouraged but not mandatory. RSVP is required by April 6, 2026. Individual site visits will not be honored.
- Evaluation Criteria: Award will be based on a best value tradeoff, considering technical capability (relevant prior experience and key personnel qualifications), past performance (customer surveys and CPARS), and price reasonableness.
- Mandatory Requirement: Offerors must have an active registration in SAM.gov prior to the offer due date.
- Required Forms: Bidders must complete and submit Forms 2-5 (Price Schedule, Additional Price Details, Key Personnel Experience, Limitations on Subcontracting), Form 6 (FAR Representations), Form 7 (Relevant Experience), and Form 8 (General References).
Contact Information
For more information, contact Sarah Welch at sarah_welch@nps.gov or 202-354-3974.