SOURCES SOUGHT
F -- FUSRAP Maywood SATOC
- Notice Date
- 9/15/2023 5:54:50 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-MAYWOOD
- Response Due
- 9/22/2023 12:00:00 PM
- Archive Date
- 10/07/2023
- Point of Contact
- Lauren Minzenberger, Phone: 8163892226, Justin Bennett, Phone: 8193893213
- E-Mail Address
-
Lauren.O.Minzenberger@usace.army.mil, justin.k.bennett@usace.army.mil
(Lauren.O.Minzenberger@usace.army.mil, justin.k.bennett@usace.army.mil)
- Description
- THE INTENT OF THIS NOTICE IS TO DETERMINE THE INTEREST OF SMALL BUSINESSES (e.g. small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB.) The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 562910 � Environmental Remediation Services. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice.� The U.S. Army Corps of Engineers, Kansas City District seeks qualified Environmental Remediation Services firms interested and capable of conducting remedial action activities at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Maywood Superfund Site (FMSS), Bergen County, NJ. A Single Award Task Order Contract (SATOC) is being contemplated to support the FUSRAP Maywood Superfund Site: (the following information is in the early planning stages and may be subject to change): The FUSRAP Maywood Superfund Site (FMSS) is in a highly developed area of northeastern New Jersey, approximately 12 miles north-northwest of New York City. Radioactive contamination at the FMSS resulted from rare earth and thorium processing operations and spread to nearby properties by the use of the waste materials as fill or through soil and sediment transport. The USACE has been remediating the FMSS since 1998 and the work under this SATOC is a continuation of those efforts.� The work and services shall consist of environmental services to support the U.S. Army Corps of Engineers, New York District in environmental investigation, construction, preparation of appropriate documents, monitoring and restoration associated with the Maywood Superfund Site (FMSS), a National Priority List (NPL) Superfund site. Work may include: Construction remedial action activities consisting of the excavation, transportation and disposal of radiological contaminated soil, including general conditions, project support, and waste handling and management. Waste handling and management shall include task management, waste soil loadout, material staging area maintenance and vicinity property wastewater treatment. Preparation of appropriate documentation for the remediation of properties. General conditions activities shall include project management, community relations, real estate support, IT support, project wide training and task order close out. Project support activities shall consist of environmental monitoring and the continued operation and maintenance of the on-site laboratory and database system. Value of the SATOC will be $40,000,000.00. � It is anticipated that this solicitation will be published on the SAM.gov website in Fiscal Year 2024. The Period of Performance for the planned SATOC is five (5 years.)� The purpose of this sources sought notice is to obtain insight into the interest, capabilities, and qualifications of firms; as well as assist the Government in preparing market research and establishing an acquisition strategy in support of this effort.� The Kansas City District is soliciting feedback from industry as part of our market research efforts associated with this acquisition and is considering various acquisition strategies to deliver this project and requests input from industry. �The following information is requested in this Sources Sought (SS) announcement with a limit of eight (8) pages for your response: 1.�� �Organization name, address, email address, website address, telephone number, and business size (e.g. small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, other) and type of ownership for the organization; include Unique Entity ID number and CAGE code.� 2.�� �Provide a description of your firm�s interest in providing a proposal for the work described above. � Please provide at least 2 recent relevant/comparable projects performed within New York or New Jersey within the past 7 years (no more than 2 pages per project). The completed projects shall demonstrate your firm�s capability to execute remediation efforts. For each project provided it is recommended to include: a brief description of the project and how it is comparable to the work required for this project, customer name and contact information, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, etc.), and dollar value of each project. An experience form is attached. Its use is not required; however, please ensure all requested information is provided. Projects considered similar in size and scope to this project include: 1.�� �Large scale construction remediation to include shoring, dewatering, excavation, and handling of radiologically impacted soils; 2.�� �Preparation of environmental work plans and reports; 3.�� �Groundwater monitoring and field data collection; 4.�� �Environmental investigation, design, remediation and transportation and disposal of radiological and non-radiological material; 5.�� �Collection, management, and treatment of water during excavation activities; 6.�� �Radiation air perimeter monitoring; 7.�� �Health physics, radiation safety and radiation training; 8.�� �Extensive community relations experience; 9.�� �Management and technical staffing of the on-site laboratory; 10.�� �Knowledge of the locality such as project history, geological features, climate conditions, federal (EPA Region and state (NJDEP) oversight agencies; 11.�� �Projects that demonstrate experience as the prime contractor in managing a cost reimbursable project in excess of $8M Qualified personnel are required with recent knowledge and experience in: 1.�� �Environmental response actions associated with investigation, removal, and construction activities mandated by FUSRAP. Construction remediation expertise with knowledge of shoring, dewatering, handling radiological contaminated material and working on multiple properties at the same time; 2.�� �Analysis of radiological and non-radiological data in soil and groundwater; 3.�� �Site closure protocols using the Multi-Agency Radiation Survey & Site Investigation Manual (MARSSIM); 4.�� �Consultation/coordination with other federal, state, and local agencies and stakeholders, including commercial and individual property owners; 5.�� �Environmental laws, regulations, programs, policies, and civil works funding procedures related to the annual Energy and Water Development Appropriations Bill 3.�� �Documentation from bonding company showing current single and aggregate performance and payment bond limits. 4.�� �Identify if, based upon the scope of these project(s), you would form a joint venture or teaming arrangement to execute this work. �Provide teaming or Joint Venture information, if applicable, including Unique Entity ID number and CAGE code. 5.�� �Provide your firm�s capabilities/availabilities in performing the required environmental remediation efforts, given the current market conditions. �Identify any workload constraints regarding the items you indicated your firm is interested in submitting a proposal. � 6.�� �Does your firm see any constraints regarding available personnel, equipment, and/or materials required to perform the planned environmental remediation efforts, given the current market conditions. �Please explain any market pressures that may be apparent in 2024 through 2029. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this SATOC, and how it will be accomplished. 7.�� �Provide input on any concerns or risks your firm has, based on the information provided in this sources sought. Please send your sources sought responses via email to lauren.o.minzenberger@usace.army.mil. � This sources sought is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach. �The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18160f4037934c7f9be174006f8811f8/view)
- Record
- SN06833890-F 20230917/230915230101 (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 |