Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2010 FBO #3252
SOURCES SOUGHT

Z -- Indefinite Delivery/Indefinite Quantity Remedial Action Contract (RAC) to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, and Small Business concerns.

Notice Date
10/18/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-11-X-0001
 
Response Due
11/8/2010
 
Archive Date
1/7/2011
 
Point of Contact
Elandria M. Cameron, 9783188051
 
E-Mail Address
USACE District, New England
(elandria.m.cameron@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S Army Corps of Engineers (USACE), New England District is issuing a Sources Sought Announcement for Indefinite Delivery/Indefinite Quantity Remedial Action Contract (RAC) to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, and Small Business concerns. The NAICS code for the work described below is 562910 with a size standard of 500 people. Work will begin in the Fall 2012 and extend over a 10 year period. The total RAC value is $250,000,000. The location of services to be performed under this contract shall be primarily the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts currently covered by the U.S, Army Corps of Engineers, North Atlantic Divisions (NADs) mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia). The majority of the work under this contract shall be specific to the New Bedford Superfund Site, New Bedford, Massachusetts. The work involves providing all labor, equipment, materials, program/project/ construction management and engineering required to perform remediation of PCB contaminated sediment from the Acushnet River. Remediation includes dredging, removal of sand/oversized material from the dredge material, dewatering of the dredge sediment, PCB/metals treatment of the dredge water stream, loading, securing of contaminated waste streams in rail cars for disposal in a PCB regulated landfill, provide trucking option for disposal of same waste in the event rail service becomes unavailable. Remediation will also be performed on wetlands and mudflat areas of the Acushnet River estuary. Proposed PCB disposal also includes construction of Confined Aquatic Disposal (CAD) cells to receive up to 300,000 cubic yards of untreated dredge material. The contractor shall also be responsible for disposal of dredge material in CAD cells with split hull dredge scows in a using appropriate methods to promote consolidation. Once filled and consolidated, the contractor shall install an engineered CAD cell cap. Underwater capping of low PCB contaminated sections of the upper New Bedford Harbor estuary will also performed under the scope of this contract. As part of the remediation activities, a rigorous environmental monitoring program of air and water contamination is required. Results from the environmental program are used in contamination modeling applications. The current Superfund site operates out of two New Bedford fixed plants, one on the upper estuary shoreline and one on the lower harbor shoreline. The lower harbor plant has a rail spur leading to a rail yard on the opposite side of the street which allows for the transportation and disposal of hazardous waste by rail. Under the scope of the proposed contract, the selected firm will be responsible for operation and maintenance at both sites. Other RAC activities that may be required at New Bedford Harbor and other locations within NAD involves remedial actions involving contaminated soil, sediment, landfills and groundwater, performing long term groundwater monitoring and associated reporting (data reports, CERCLA 5 year reviews), optimization of monitoring approaches (to include additional investigations), operation and maintenance of groundwater treatment facilities and systems, and optimization of these treatment systems (incidental design work). Interested firms should submit a capabilities package to include the following business classification (i.e. 8(a), HUBZone, etc.), staff size, primary area of contractors expertise, resume of key personnel, and provide examples of projects illustrating the requirements stated above. Experience with shallow water hydraulic dredging, mechanical dredging, weight reduction technology (dewatering) of sediments and wastewater treatment for PCBs and metals should be highlighted. Responses are required no later than November 8, 2010. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, Attn: Elandria M. Cameron. Responses shall be limited to twenty-five (25) 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-11-X-0001/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN02312631-W 20101020/101018233842-a58b497b30238dab87c2440ec27486e9 (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.