SOURCES SOUGHT
F -- Raritan Bay Slag Superfund Site, Operable Unit 1 (OU1) � Seawall Sector, Old Bridge Township and Sayreville, Middlesex County, New Jersey
- Notice Date
- 5/22/2025 9:11:47 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ25SS3001
- Response Due
- 6/6/2025 11:00:00 AM
- Archive Date
- 06/21/2025
- Point of Contact
- Christopher D. Lewis, Phone: 8163893824, Michael DOLLY, Phone: 8163893177
- E-Mail Address
-
christopher.d.lewis3@usace.army.mil, michael.s.dolly@usace.army.mil
(christopher.d.lewis3@usace.army.mil, michael.s.dolly@usace.army.mil)
- Description
- The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 562910 � Environmental Remediation Services. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The U.S. Army Corps of Engineers, Kansas City District (USACE) seeks qualified Environmental Remediation Services firms interested and capable of providing soil and sediment remediation at the Raritan Bay Slag Superfund Site located in the Laurence Harbor section of Old Bridge, and in Sayreville, New Jersey. Project identified to support the Raritan Bay Slag Superfund Site, OU1 Remedial Action: (the following information is in the early planning stages and may be subject to change): Remediation of the Raritan Bay Slag Superfund Site is being conducted in phases, with this work addressing the Seawall Sector (Areas 1, 2, 3, 4, and 5) and an upland portion of Margaret�s Creek Sector (Area 9) that had not been remediated previously (Reference Figure 1). Remediation involves excavation and removal slag, battery casings and associated waste (including miscellaneous demolition debris in the form of concrete and various bricks), and excavation and removal of soils and sediment above the lead remediation cleanup level of 400-mg/kg. The work will also require the design, installation and removal of approximately 3,700-feet of sheet pile wall, dewatering to facilitate �in-dry� excavations, temporary water treatment system design, installation and start-up, backfill and grading, site restoration including coastal wetland restoration, and reconstruction of the seawall. The project will require coordination with multiple stakeholders including Federal, State, and Local authorities such as USACE, U.S. Environmental Protection Agency, National Oceanic and Atmospheric Administration, New Jersey Department of Environmental Protection, County of Middlesex, Old Bridge Township, Sayreville Township, Old Bridge Municipal Utilities Authority, and adjacent landowners. In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000. All construction activities are estimated to be completed within two years after contract award. It is anticipated that this solicitation will be published on the Contract Opportunities website SAM.gov in FY 2025. All interested firms must be registered in SAM to be eligible for award of Government contracts. The following information is requested in this Sources Sought Notice with a limit of seven pages: 1. Firm�s name, address, point of contact, email address, website address, telephone number, and business size (e.g. large business, small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, other) and type of ownership for the organization; include Unique Entity ID number and CAGE code. 2. Firm�s interest in providing a proposal for the work described in this notice. 3. Firm�s capability to perform projects of similar scope, magnitude, and complexity. Provide relevant/comparable projects performed within tidally influenced (coastal) areas of the Eastern United States within the past ten years that demonstrate the firm�s capability to execute large scale excavations that utilized sheet piles as part of the dewatering management strategy, comparable[CL1] [JW2] to the work required for the remediation of this project. Include a brief description of the project and how it is comparable to the work required for this project, customer name and contact information, timeliness of performance with respect to the contract schedule, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, etc.), delivery method (Design-Bid-Build, Design-Build, etc.) and dollar value of each project. An experience form is attached for the Firm�s use in responding but is not required. Project descriptions are limited to two pages per project. 4. Firm�s experience performing Federal cost reimbursement contracts. Provide projects performed as the prime contractor under a cost reimbursement contract awarded by the Federal government, of similar size and magnitude, within the past ten years. [CL3] [JW4] Include a brief description of the project and the Federal agency contracting the work. 5. Firm�s proposed teaming arrangement to execute the work, if applicable. Identify if, based upon the scope of these project(s), you would form a joint venture or other teaming arrangement to execute this work. Provide teaming or Joint Venture information, if applicable, including Unique Entity ID number and CAGE code[CL5] [JW6] . For small business concerns responding to this notice, describe how the firm would comply with the requirements of FAR clause 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008), if this acquisition were to be set-aside for any of the small business concerns identified in FAR 19.000(a)(3). 6. Firm�s capabilities/availabilities in executing the work given the current market conditions. Identify any workload constraints regarding available personnel, equipment, and/or materials required. Explain any market pressures that may be apparent in 2025 through 2030 that may impact the Firm�s capabilities/availabilities. 7. Firm�s concerns or risks based on the information provided in this Source Sought Notice. Interested Firms must respond to the Sources Sought Notice not later than 1:00pm CDT 06 June 2025. Email responses to christopher.d.lewis3@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a196d97a920401ab6e8a819f744f424/view)
- Place of Performance
- Address: Old Bridge, NJ, USA
- Country: USA
- Country: USA
- Record
- SN07454167-F 20250524/250522230100 (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 |