SOLICITATION NOTICE
F -- In Situ Thermal Remediation for Well 12A in Tacoma WA
- Notice Date
- 3/7/2011
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-11-R-0026
- Response Due
- 4/18/2011
- Archive Date
- 6/17/2011
- Point of Contact
- Bonnie Kirmse, 206-764-3811
- E-Mail Address
-
USACE District, Seattle
(bonnie.j.kirmse@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Seattle District Corps of Engineers has a competitive requirement for an In Situ Thermal Remediation (ISTR) is to be implemented as part of the overall remedy for the Well 12A Superfund Site (Site) in Tacoma, Washington. The focus of the ISTR component of the Site remedy is the source area identified beneath the Time Oil Building. The constituents-of-concern (COCs) in the source area consist primarily of volatile organic compounds (VOCs). Implementation of ISTR includes design, installation, and system operation to meet defined performance objectives. Required design information includes, but is not limited to: site layout, temporary facilities, equipment staging areas, listing of equipment, subsurface treatment system components, piping, vapor collection system, process flow diagrams, piping and instrumentation diagrams, electrical schematics, and design and layout information for proposed support facilities. Design information also includes a listing of remedial design and remedial action planning and operations documents that will be prepared and schedule for submittal of those documents. Installation and operation of the ISTR remediation system includes, but is not limited to: all subsurface remediation components (i.e., steam injectors, resistive heating electrodes, thermocouples, liquid extraction wells, vapor extraction wells, etc.); above ground remediation components for containment, collection, and treatment of the vapors and liquids from the subsurface; above ground electrical and remediation components for the ISTR system; monitoring above and below ground for temperature, pressure, flows, contaminant levels, and other relevant parameters; infrastructure required for operation and maintenance of the remediation systems; and components for remediation under and adjacent to the Time Oil Building. The value of the effort is anticipated to be in a range of $1 - $5 million expended over a 475 day period. The NAICS code for this project is 562910, which is matched to FSC Code F108. The evaluation method will be Lowest Price/Technically Acceptable (LPTA) procurement conducted in accordance with procedures outlined in Federal Acquisition Regulations (FAR) Part 12. One Firm-Fixed Price Service contract is anticipated to be awarded as a result of this solicitation. This solicitation will be issued in electronic format only and will be available to download on or about 28 Mar 2011 at: http://fbp.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the notice. Project is restricted to 100% Small Business Set-Aside. For the purposes of this procurement, a concern is considered a small business if does not exceed 500 employees. Visit FedBizOpps at http://www.fbo.gov, and the Army Single Face to Industry at http://acquisition.army.mil/ for additional contracting opportunities. To be eligible for contract award a firm must be registered in the DoD Central Contractor Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-866-606-8220. Pursuant to Federal Acquisition Regulations (FAR), the solicitation will be available for download no earlier than 15 days following the posting of this synopsis. Pursuant to FAR, the response date of the solicitation is no earlier than 30 days from the date of the solicitation release date. The solicitation due date will be noted on the solicitation at the time of issue. There is no technical information available until the issue of the solicitation via the Internet. Additional contracting opportunities will be found at ASFI (https://acquisition.army.mil/asfi/sol_list.cfm?pContractOfcID=165 ) Register to receive notification of solicitation/amendment posting at https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0026/listing.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0026/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02395051-W 20110309/110307234528-22964c27c9812292d562b58ed86d614f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |