Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2019 FBO #6524
SOURCES SOUGHT

F -- Environmental Remediation Dredging, Stratford Army Engine Plant

Notice Date
10/4/2019
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ20X0001
 
Point of Contact
Heather M. Skorik, Phone: 9783188040
 
E-Mail Address
heather.skorik@usace.army.mil
(heather.skorik@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The U.S. Army Corps of Engineers, New England District (CENAE) is issuing this Sources Sought Announcement for Environmental Remediation Dredging of tidal flats and an outfall drainage channel in the Housatonic River adjacent to the Stratford Army Engine Plant, Stratford, Connecticut. The purpose of this announcement is to determine interest, availability, and capability of Small Business and Large Business concerns to perform the work and to determine if a Best Value or Invitation for Bid (IFB) approach is in the best interest of the Government. The NAICS code for the work described below is 562910. CENAE plans to award this project using a design-bid-build model, with the issued for bid (100%) design to be issued on or about November 2020. The construction is expected to take 18 months. The estimated construction cost is between $50,000,000.00 and $60,000,000.00. Work consists of environmental remediation via mechanical dredging of the tidal flats and an outfall drainage channel adjacent to the Stratford Army Engine Plant to remediate metals and PCBs affected sediments. Approximately 140,000 cubic yards (cy) of material need to be removed from the tidal flats and an additional 5,000 cy from the drainage channel. Dredged material must be dewatered, solidified with cementitious materials, and placed on-site for future beneficial re-use. A small portion of this material requires off-site disposal at RCRA D (solid waste) and TSCA approved landfills. This material will require segregation during dredging. The tidal flats will require backfilling with sand material and restoration of a relatively small area of salt marsh. Project Requirements: The selected contractor will need to meet precise dredge target elevations (overdredge allowance will be approximately 4 inches). Dredging, placement of material into scows, dewatering, water treatment/discharge, transfer of material into trucks, and depositing of material onsite must be performed with minimal spillage or turbidity. Measures will be required to minimize the spread of contaminated sediments and contain turbidity. Deployment of a silt curtain will be required. Dredging is generally limited to depths below mudline of 1 to 4 ft, ranging in tidal water depths of 2 ft [high tide] to approximately 10 ft. Dredged material must be segregated into three categories for purposes of disposal/reuse characterization based upon PCB concentration (<1 ppm, >=1 to <50 ppm, and >= 50 ppm). Materials containing less than 1 ppm PCBs are suitable for on-site re-use. Materials containing greater than 1 ppm PCBs must be disposed of off-site at facilities licensed to accept these materials. All work must be completed within an 18-month continuous allowable work window. Dredging accuracy will be key to minimizing the amount of over-dredging while still attaining the target cleanup goals of the project. The tidal flats dredging shall be performed using precision mechanical dredging methods. Sediments shall be dredged using a sealed environmental level cut bucket to limit the generation of resuspended sediments and overdredge required to meet project objectives. State-of-the-art monitoring and positioning systems are required to ensure the allowable overdredge can be achieved. Turbidity measurements and comparison to project-specific standards (to be determined) will be required up- and downstream of the active work area. The dredging shall be performed in a careful, well-designed manner so that downstream project-generated turbidity is kept to a minimum, and when appropriate, actions may be required to reduce turbidity generation to maintain compliance. The dredged sediment shall be dewatered and Portland cement added prior to onsite placement to meet strength and workability requirements for future reuse on the site. Excavation of the drainage channel shall be performed "in the dry" by dewatering the channel and diverting storm and tidal flows. The drainage channel will require backfilling and restoration. The tidal flats shall be backfilled to within one foot of original grade using a sand material. Saltmarsh restoration and establishment period monitoring, will be required for resource areas impacted by dredging operations under this contract. The work requires compliance under OSHA 29 CFR 1910.120 including a Health and Safety Program, Site Specific Health and Safety Plan, and Training (40 Hour HAZWOPER and 8 Hour Refresher Training) for all onsite workers. Capabilities and Approach: Interested firms should submit an information package to include the following: 1. Business classification (i.e. HUBZone, small business, etc.). 2. Project Experience. To demonstrate its capabilities, an interested firm should provide information on projects with similar scope, volume of material dredged, dollar value, schedule constraints, and complexity performed in the last ten (10) years. Demonstration of the following elements will be most indicative of capability: a) Precision environmental mechanical dredging using equipment similar to that specified above (including state-of-the-art monitoring and control systems for dredge accuracy) with the ability to meet required overdredge. Please include information about the dredging accuracy achieved, dredging control/guidance systems used, and hydrographic surveying methods used. Also include daily productivity rate. b) Projects that operated on 24/7/365 schedules and projects that integrated the use of multiple floating plant operations to accomplish the work. c) Projects that implemented a turbidity monitoring and management program, which included multiple trigger levels to reevaluate and modify dredging operations to meet project turbidity requirements. Include monitoring equipment used. d) Sediment dewatering, stabilization with cementitious material, and land placement for purposes of developing material strength for reuse on site. Include dewatering methods and stabilization equipment that were used. e) Include whether the firm was the prime or subcontractor(s) and what elements of work were performed by the firm. 3. Team Subcontractors and Their Roles. Indicate the team's major subcontractor(s), including their prior experience and qualifications, which will be used to support the effort. 4. Technical Approach Narrative. Provide a brief narrative (1-2 pages) describing the approach the firm would take to dredging, dewatering, water treatment, solidification, on-site placement of material, backfilling of the tidal flats and the drainage channel, and wetlands restoration. 5. Preferred Acquisition Approach. We are interested in the opinions of interested firms about the Government's method of procurement. We contemplate either an Invitation for Bids (sealed bidding) or Request for Proposals (best value award based on a technical and price tradeoffs). If you choose, please provide your opinion and explain why your preferred acquisition approach would result in the most successful execution of this project for the Government. Page Limit: Responses are limited to twenty (20) pages. Due Date: Responses are due by 25 October 2019. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Heather Skorik, or via email to heather.skorik@usace.army.mil. Interested firms shall provide the above documentation in one original form and one copy, if mailed. 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/W912WJ20X0001/listing.html)
 
Record
SN05468692-W 20191006/191004230430-cc6c0c1b41695b360055d6e7e79bf145 (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.