SOLICITATION NOTICE
Z -- Franklin Slag Pile Superfund Remediation Project
- Notice Date
- 9/15/2025 5:19:57 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
- ZIP Code
- 19103-0000
- Solicitation Number
- W912BU25BA022
- Response Due
- 9/30/2025 11:00:00 AM
- Archive Date
- 10/15/2025
- Point of Contact
- Eric Leach, Brandon Mormello
- E-Mail Address
-
eric.a.leach@usace.army.mil, Brandon.R.Mormello@usace.army.mil
(eric.a.leach@usace.army.mil, Brandon.R.Mormello@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SYNOPSIS for W912BU25BA022: This is a Pre-solicitation Notice. This Notice is being issued for planning and information purposes only. This notice is not a Solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice. ***Solicitation W912BU25BA022 is expected to be released on or about 08 OCT 2025*** PROJECT DESCRIPTION: The U.S. Army Corps of Engineers (USACE), Philadelphia District on behalf of the U.S. Environmental Protection Agency (EPA), has a requirement to remediate the former Franklin Slag (MDC) site. The Site is located at the northeast corner of Castor and Delaware Avenues in Philadelphia, PA in an industrial siting. The site consists of approximately 70,000 cubic yards of recycling slag associated with the former Franklin Slag smelting facility. This stockpile is impacted with hazardous levels of lead, and detectable levels of RCRA 8 metal. The site is secured with a chain link fence and the stockpile capped with a HDPE liner. The stockpile covers over 80% of the site, Castor Ave immediately adjacent to the Site and the shoulder of Delaware Ave, is available for use by the Contractor. Approximately 25 feet of the adjoining Philadelphia Water Department property is available for relocation of a portion of the untreated stockpile or storage of treated material awaiting laboratory analytical results. The Period of Performance is 2,008 calendar days. The major items of work to be performed include, but are not limited to, the following: a. Prepare preconstruction workplans. b. Development, approval, and implementation of Maintenance of Traffic Plan. c. Mobilization and implement Security Plan. d. Implement Environment Protection Plan. e. Implement Perimeter Air Monitoring Plan. f. Conduct benchscale testing. g. Establish containment zone, decontamination zones, and set up decontaminations station(s). h. Install underground utility crossover(s) at all vehicle entrances. i. Abandon groundwater monitoring wells. j. Perform selective demolition tasks. k. Perform on-site slag relocation activities to increase available work area(s). l. Design and construct temporary stockpile areas. m. Excavate and treat the slag pile material. n. Sample treated slag batches and analyze for TCLP metals and other Waste Characterization analytical. o. Upon waste characterization approval, load the treated slag and transport to approved Subtitle D Landfill for disposal, otherwise re-treat slag material. p. Excavate native soil. q. Conduct waste characterization analytical. r. Conduct post excavation confirmatory sampling program. s. Upon waste characterization approval, load the native soil and transport to approved Subtitle D Landfill for disposal, otherwise retreat slag material. t. Import clean material and backfill excavation. u. Install aggregate base cover material. v. Install new monitoring wells. w. Demobilization. x. Conduct eight quarters of groundwater sampling DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The estimated price range is between $25,000,000 and $100,000,000. NAICS CODE, PSC CODE, AND SBA SIZE STANDARD: 237990 � Other Heavy and Civil Engineering Construction; Z2QA � Repair or Alteration of Restoration of Real Property (Public or Private); $45,000,000. TYPE OF SET-ASIDE: This is a total small business set-aside. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list. POINT OF CONTACT: The Primary Contract Specialist for this solicitation is Eric Leach, email: eric.a.leach@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2e8e8083fe934f19b6b365717bd368c8/view)
- Place of Performance
- Address: Philadelphia, PA, USA
- Country: USA
- Country: USA
- Record
- SN07590813-F 20250917/250915230047 (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 |