SOLICITATION NOTICE
Y -- St. Louis River AOC Azcon Slip Sediment Remediation
- Notice Date
- 5/26/2020 1:18:35 PM
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
- ZIP Code
- 48226-5000
- Solicitation Number
- W911XK-20-B-0014
- Archive Date
- 06/11/2020
- Point of Contact
- Dorretta J Calhoun-Battles, Derek S Gibson
- E-Mail Address
-
dorretta.j.calhoun-battles@usace.army.mil, derek.s.gibson@usace.army.mil
(dorretta.j.calhoun-battles@usace.army.mil, derek.s.gibson@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers Detroit District is seeking firms that have the capability to provide remedial services for Azcon DSPA/�Slip.����The work includes, materials, equipment, labor, supervision, management, and administration to construct a remedial cap in Azcon/Duluth Seaway Port Authority (DSPA) slip in the Duluth-Superior harbor. This slip has areas with sediment concentrations for contaminants of concern above the respective clean up levels. The work also,�includes mobilizing to the site in Duluth-Superior Harbor, St. Louis, MN and install a silt curtain. Dredge slip with a mechanical plant and treat sediment in scows at the slip with 5% Portland cement, transport to Erie Pier for offload into trucks and dispose of at local landfill.� Place cap consisting of two layers, Layer A and Armor Stone. Layer A cap consists of dredged material from Duluth Anchorage Area navigation channel. Place Layer A cap and then place with Armor stone.� Ongoing surveys by the Government will be done after each construction feature is installed to Demobilize. Remedial footprint: 2.8 acres. General Information: The estimated cost of construction is between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) code is 562910,� size standard of 750 employees. This Invitation for Bid (IFB) is intended to be issued a firm-fixed price contract set-aside for Small Business. Approximate solicitation posting date: Early to mid-June 2020. The anticipated solicitation will be available only electronically via System Award Management at:� www.beta.Sam.gov. Hard copy documents will NOT be supplied by the Government to any interested parties as a result of the solicitation.� The solicitation package will include documents, drawings, specifications and attachments. In order to conduct business�with the federal government interested contractors�are required to�self-register in SAM at the website www.sam.gov. �Registration is free to all.� The System for Award Management (SAM) is the Government�s online database of federal�contractors.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ede4d4ccd86d4df9875c4184782c1ba2/view)
- Place of Performance
- Address: Duluth, MN 55802, USA
- Zip Code: 55802
- Country: USA
- Zip Code: 55802
- Record
- SN05670154-F 20200528/200526230146 (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 |