SOURCES SOUGHT
B -- Viburnum Trend SIte EECA
- Notice Date
- 3/30/2012
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
- ZIP Code
- 24019
- Solicitation Number
- AG-52B1-S-12-0016
- Archive Date
- 6/30/2012
- Point of Contact
- Mark L. Corse, Phone: 812-277-6863
- E-Mail Address
-
mcorse@fs.fed.us
(mcorse@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Forest Service has a requirement for the development of an Engineering Evaluation / Cost Analysis (EE/CA) for the Viburnum Trend Mining Area ("Site" or "VT") on National Forest System (NFS) lands distributed over several hundred square miles. The work specified in this Statement of Work relates to NFS lands only. The Site is included in two Mark Twain National Forest (MTNF) Purchase Units: the Salem/Potosi District and the Fredericktown District. The successful contractor and personnel shall have direct CERCLA mine site or mining district experience in developing EE/CA documents. The U.S. Forest Service is considering whether or not to set aside an acquisition for HUBZone, Small Business concerns or Service-Disabled Veteran-owned Small Business concerns. All work SHALL be completed no later than December 31, 2012 and is expected to begin on or about May 25, 2012. The project will be awarded utilizing special funding authority that expires on December 31, 2012. As such, any work performed after December 31, 2012 SHALL BE at no cost to the government - NO DELAYS will be authorized. The acquisition is expected to be issued under full and open competition procedures. However, in accordance with (1) FAR 19.1305, if your firm is HUBZone certified, or (2) FAR 19.14: if your firm is a Service-Disabled Veteran-Owned Small Business, or (3) FAR 19.502-2 (b) (1), if your firm is a Small Business, and intends to submit an offer on this acquisition, please respond by e-mail to mcorse@fs.fed.us or by fax at (814) 757-5761. The NAICS code for this project is 541620 with a size standard for consideration as small business concerns is $14 Million annual revenue. If interested, please provide the following information in your response to this notice: FRIM NAME: __________________________________________ DUNS: __________________________________________ GSA SCHEDULE _______________________________________(if applicable) Small Bus Certifications: ___ 8(a) ___ SDVOSB ___ WOSB ___HUBZONE Narrative Statement containing the following information: (a) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (b) Evidence of experience in work similar in type and scope. Please provide a minimum of two and no more than four references are requested. Please include (1) Contract numbers, (2) Project titles, (3) Dollar amounts, (4) Points of contact and telephone numbers. PROJECT DESCRIPTION: The USDA Forest Service, Mark Twain National Forest has a requirement for the preparation of an Engineering Evaluation/Cost Analysis (EE/CA) of alternatives to mitigate the potential for hazard to public health and the environment due to release of residual contaminants from mining, milling, hauling and smelting of VT ores. The contractor shall also prepare a Community Relations Plan (CRP) in accordance with the NCP. Deliverables include (but are not limited to) providing (1) a Draft and Final Project Schedule; (2) Review the Final Preliminary Assessment Report, Sampling and Analysis Plan and Draft Site Investigation Report and propose, with reasoning, any reclassification of sample locations between Categories or other modification of initial Category land areas used to perform the PA/SI; (3) Draft Streamlined Risk Evaluation. Human health risks, - and ecological risks with proposed cleanup levels all clearly documented and explained; (4) Draft Applicable Relevant and Appropriate Requirements (ARARs); (5) Draft EE/CA, incorporating bullets 2-4 above, and in accordance with "Guidance on Conducting Non-Time-Critical Removal Actions Under CERCLA" (OSWER Directive 9360.0-32); (6) Draft Community Relations Plan (CRP); (7) Final Draft CRP; (8) Final Draft EE/CA; (9) Final CRP; and (10) Final EE/CA. PROJECT AREA: The USDA-Forest Service (USDA-FS) Viburnum Trend Mining Area ("Site" or "VT") consists of National Forest System (NFS) lands distributed over several hundred square miles with mixed ownership (federal, private, and other). The work specified in this Statement of Work relates to USDA-Forest Service lands only. The Site is included in two Mark Twain National Forest (MTNF) Purchase Units: the Salem/Potosi District and the Fredericktown District. The Salem/Potosi Unit encompasses land in parts of Crawford, Dent, Iron, Reynolds, Shannon, and Washington Counties. The Fredericktown Unit is located east of the Glover Smelter, within Iron and Madison Counties. The MTNF is managed for multiple uses including: outdoor recreation, range, timber, wilderness, minerals, watershed, and habitat for fish and wildlife. Within the MTNF boundary, most private property (non-NFS) is concentrated along major roads or along stream valleys. The Viburnum Trend or "New Lead Belt", which lies beneath the Salem/Potosi Unit, is an area of lead, zinc, copper, and silver mineralization. The ore body was discovered in 1955 and is over 500 feet (ft.) below ground surface (bgs). Seven of the 10 developed mines are currently in operation within the Salem/Potosi Unit boundary. Two smelters, Buick and Glover, were opened in 1968 but neither is currently operating. The Buick smelter is located within the Salem/Potosi Unit boundary. The Glover smelter is located west of the Fredericktown Unit. A Preliminary Assessment (PA) was completed in September 2011, and included a Sampling and Analysis Plan for a Site Investigation (SI). The SI was authorized and the SI Report is in draft development as of present. The primary potential releases investigated were elevated levels of lead, zinc, and cadmium. Both the PA and SI information will be available to potential proposers to assist in response to the Request for Proposal for a VT Engineering Evaluation and Cost Analysis. A copy of the PA and available SI information will be made available as an attachment to the solicitation when issued. Copies WILL NOT be provided at this time. Your response is required by April 12, 2012. All of the above must be submitted in sufficient detail for a decision to be made concerning HUBZone, Small Business, Service-Disabled Veteran-owned set aside, or as a Small Business Set-Aside. Contractors are reminded that should this acquisition become a HUBZone set aside, FAR 52.219-3 Notice of Total HUBZone Set-Aside will apply. (NOTE: FAR 52.219-3 requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Should this acquisition become a Service-Disabled Veteran-Owned Small Business FAR 52.219-27 - Notice of Service-Disabled Veteran-Owned Small Business Set Aside will apply. (NOTE: FAR 52-219-27 requires that at least 25 percent of the cost of personnel for contract performance be spent for employees of the concern. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone set aside, a Small Business set aside, a Service-Disabled Veteran-owned Small Business Set-Aside, or an unrestricted procurement will be posted on FEDBIZOPS. The Government reserves the right to cancel this solicitation, either before or after the closing date. For information concerning this acquisition contact the Contracting Official listed above. Questions may be referred to Mark Corse (812) 277-6863 or email to mcorse@fs.fed.us
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-52B1-S-12-0016/listing.html)
- Place of Performance
- Address: Salem/Potosi and Fredericktown Ranger Districts of the Mark Twain National Forest, Including parts of Crawford, Dent, Iron, Reynolds, Shannon, and Washington Counties of Missouri, United States
- Record
- SN02710443-W 20120401/120330235249-7cdc3bb40b6986a92aa5ac2580c0296d (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 |