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
SOURCES SOUGHT

F -- Indefinite Delivery/Indefinite Quantity (IDIQ) Remedial Action Contract (RAC) Elizabeth Mine Superfund Site, South Strafford, Vermont and other project sites within New Hampshire and Vermont

Notice Date
2/1/2016
 
Notice Type
Sources Sought
 
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-0014
 
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. REPONSE 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 $25,000,000. 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 Elizabeth Mine Superfund Site, South Strafford and Thetford, Vermont, and other project sites within New Hampshire and Vermont. The Elizabeth Mine Superfund Site (Site) is an abandoned copper mine located on privately owned land in the Towns of Strafford and Thetford, Orange County, in east-central Vermont. It is located approximately two miles southeast of the village of South Strafford, on the eastern flank of Copperas Hill. The Site is approximately 15 miles northwest of White River Junction, Vermont, and 9 miles west of the Connecticut River. The Site includes three small watersheds containing Copperas Brook, Lord Brook, and Sargent Brook, which all discharge to the West Branch Ompompanoosuc River (WBOR). The Ompompanoosuc River flows into the Connecticut River about ten miles downstream of the Site. The topography of the area is steep mountainous terrain with elevations ranging from approximately 830 feet above mean sea level (MSL) (North American Vertical Datum [NAVD] 1988) adjacent to the WBOR, to 1600 feet above MSL at the top of Copperas Hill. The Elizabeth Mine was developed in open pits and in extensive underground workings. The mine area is a source of heavy metals and sediments to Lord Brook and Copperas Brook which carry the drainage from the mine and tailings deposits to the WBOR. Mine dumps and tailings from the Elizabeth Mine have been exposed both historically and currently to weathering processes that result in acid mine drainage (AMD) and acid rock drainage (ARD). Major sources of ARD included Tailing Pile 1 (TP-1, 30 acres), Tailing Pile 2 (TP-2, 5 acres), Tailing Pile 3 (TP-3, 6 acres) which consisted of a waste pile adjacent to the North Open Cut, and Tailing Pile 4 (TP-4) which consisted of a waste pile on the east side of Copperas Road adjacent to South Open Cut. A Non-time Critical Removal Action (NTCRA) was performed to consolidate and cap the tailing piles. Next steps at the Site include but are not limited to consolidation and capping of mining materials at the Lord Brook Source Areas, which comprise the South Mine, South Open Cut, and TP-4 to control the discharge of dissolved metals to the Lord Brook drainage area, and construction of a passive treatment system to replace the Water Treatment Plant at the North/WBOR end of the Site. The work involves establishing safety zones and procedures near open cuts and mine inner workings, protection of existing environmental resources, pre-treatment of surface waters to raise pH, clearing of vegetation, temporary and permanent surface water diversions, dewatering of pit lakes and mine shafts, stabilization of open cuts through controlled blasting, crushing or blasting of large rock, excavation, relocation, consolidation and grading of rock, waste rock and tailing, application of shotcrete and/or flowable fill as necessary to fill voids, significant earthwork requiring appropriate erosion and sediment control best management practices (BMPs), installation of a permanent cover consisting of geogrid, geotextile, low permeability soil, filter fabric, common borrow, topsoil and seed, installation of limestone channels and check dams, construction of mitigation wetlands and passive treatment wetlands, implementation of historic preservation measures (e.g., portion of cuts left exposed), potential installation of horizontal drains and/or lined French drains to intercept flow and treat to meet surface water quality standards, 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, implementation of institutional controls, and operation of metals removal treatment system. All work will be performed in accordance with CERCLA, the EPA Action Memoranda signed in September 2002 and March 2004, the Record of Decision signed in September 2006, the OU1 Remedial Design, State of Vermont Solid Waste and Sediment and Erosion Control requirements, 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 an acid generating oxidized waste rock, oxic and anoxic tailing; • Mine pit lakes, adits and other mine openings; • 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 (tunnels, adits, pits); • Installation of a low-permeability cover systems which include geosynthetics, geotextiles, and/or geocomposites; • Passive treatment of surface and groundwater contaminated from acid generating oxidized waste rock and tailing and construction of passive treatment systems; and • Restoration or closure projects that comply with applicable Federal and/or State of Vermont 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 Friday, 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. Firms interested shall provide the above documentation in one original form and one copy. 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-0014/listing.html)
 
Record
SN04006759-W 20160203/160201234807-ab9d9d428e4cdee3f0d4c86d51e9455f (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.