Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2016 FBO #5185
SPECIAL NOTICE

F -- Indefinite Delivery/Indefinite Quantity Remedial Action Contract (RAC) Callahan Mine Superfund Site, Brooksville, Maine and other project sites within Maine

Notice Date
2/1/2016
 
Notice Type
Special Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-16-X-0015
 
Archive Date
3/8/2016
 
Point of Contact
Kimberly Pumyea, Phone: 9783188720
 
E-Mail Address
kimberly.b.pumyea@usace.army.mil
(kimberly.b.pumyea@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for an Indefinite Delivery/Indefinite Quantity (IDIQ) Remedial Action Contract (RAC) to determine interest, availability and capability of small businesses, including but not limited to 8(a) Small Business Development Program, HUBZone, and Service-Disabled Veteran-Owned firms, to perform the work described below. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. The North American Industry Classification System (NAICS) Code for the work described below is 562910. The total IDIQ RAC capacity will be $45,000,000. Task orders will be negotiated and awarded under the IDIQ based on a Request for Proposal (RFP) and specific Scope of Work (SOW) provided by the Federal Government after award of the base IDIQ. Work could begin in Fall 2016 and will extend over a 5 year period. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) to receive a government contract. The website for registration is https://www.sam.gov. The contract will have the geographic boundaries of the North Atlantic Division mission area although the location of the majority of the work to be performed under this contract shall be specific to the Callahan Mine Superfund Site, Brooksville, Maine, and other project sites within the State of Maine. The former Callahan Mine was a hard-rock, open-pit mine developed in Goose Pond, a shallow tidal estuary of approximately 75 acres in the village of Harborside in the Town of Brooksville, Maine. The Site is located approximately 15 miles west of the town of Blue Hill and 35 miles west of the town of Bar Harbor on the northwest side of the Cape Rosier peninsula on Penobscot Bay. From the 1880s to the 1970s, the Site was the subject of intermittent exploration and mining for copper, lead, and zinc, with the largest of these mining operations occurring, from 1968 through 1972. During this timeframe, approximately five million tons of waste rock and approximately 800,000 tons of ore-bearing rock were mined from an open-pit mine. The waste rock was disposed of on the site in large stockpiles and was also utilized for a starter dike and subsequent lifts of the Tailings Impoundment dam. The outside footprint of the Tailings Impoundment encompasses approximately 17-acres and contains about 716,000 cubic yards of mining related waste, including the fine sand, silt, and clay-sized rock particles. The tailings are contained by a three-sided dam that was raised against a sloping hillside. Most of the dam is constructed of cobble and boulder-sized waste rock materials. The eastern side of the dam is about 60 feet tall and has an average slope of about 1.3H to 1V (horizontal to vertical). Site activities and passage of time has also resulted in river sediment and surface water contamination. The mine is still submerged 30 feet below mean sea level within the estuary with a diameter of 600 feet, depth of 300 feet and estimated volume of 1,300,000 cubic yards. The work involves establishing safety zones and procedures near steep slopes and open water, protection of existing environmental resources, preparation and implementation of an air monitoring program, installation and monitoring of geotechnical instrumentation, clearing of vegetation, temporary and permanent surface water diversions, installation of horizontal drains for dewatering and vertical drains for consolidation, construction of working surfaces and access roads, onsite quarrying to include drilling, blasting and crushing of virgin bedrock, crushing or blasting of large rock, excavation, relocation, consolidation and grading of rock, waste rock and tailing, significant earthwork requiring appropriate erosion and sediment control best management practices (BMPs), installation of a low permeability permanent cover currently designed to include a geosynthetic clay liner, 60-mil low density polyethylene membrane, geocomposite, and 15" protective layer, topsoil and seed, construction of mitigation wetlands and construction of passive treatment wetlands, check dams and/or lined French drains to intercept flow and treat to meet surface water quality standards, sediment excavation with confirmatory sampling, transport of sediment, rock and other mining materials for disposal in the existing mine, monitoring of surface and groundwater, including monitoring well installation, to ensure effectiveness of the remedy, performance of site-wide inspection and maintenance including but not limited to caps, roads, wetlands, and invasive species, and implementation of institutional controls. All work will be performed in accordance with CERCLA, other applicable or relevant and appropriate Federal, State and Local Government regulations, and EPA green and sustainability principles. The offeror shall be evaluated on past experience with similar efforts and shall demonstrate the following experience/expertise: • Mine reclamation, including experience with waste rock and tailing contaminated with metals; • Experience with the material properties of waste rock and tailing with respect to slope stability, material workability, and final subgrade preparation; • Knowledge of safety procedures for working in a mine setting (material stability, physical features ) and open water setting (water/boating safety); • Installation of a low-permeability cover systems which include geosynthetics, geotextiles, and/or geocomposites; • Installation of a horizontal and vertical drain systems; • Passive treatment of surface and groundwater contaminated with metals and construction of passive treatment systems; and • Restoration or closure projects that comply with applicable Federal and/or State of Maine requirements Interested firms shall submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and specific examples of past experience in performing the work requirements stated above. The project examples shall have been performed within the last seven years. The offeror shall show project examples of all of the experience/expertise listed above. However, the experience does not have to be demonstrated on one single project. The offeror shall provide a Point of Contact and phone number for each project example who may be contacted for further information on contractor's effort and performance. Also, please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications. Responses are due on February 22, 2016 by 3:00pm EST. Email responses to kimberly.b.pumyea@usace.army.mil, ATTN: Kim Pumyea, Contracting Division. Responses are limited to twenty pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-16-X-0015/listing.html)
 
Record
SN04006727-W 20160203/160201234744-b1eb6b79b701150c344a561ff125ebcf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.