SOLICITATION NOTICE
S -- Cape Fear Lock and Dam Debris Removal IDIQ
- Notice Date
- 2/9/2024 5:38:31 AM
- Notice Type
- Presolicitation
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM24Q0002
- Archive Date
- 12/31/2024
- Point of Contact
- Diana Curl, Phone: 9102514915, Troy Small, Phone: 9105244650
- E-Mail Address
-
diana.d.curl@usace.army.mil, troy.d.small@usace.army.mil
(diana.d.curl@usace.army.mil, troy.d.small@usace.army.mil)
- Description
- W912PM24Q0002 The U.S. Army Corps of Engineers, Wilmington District requires a contract to perform debris removal at the following locations: Cape Fear River Lock and Dam #1 996 Lock #1 Road, Riegelwood, NC 28456 Cape Fear River Lock and Dam #2 645 Lock #2 Road Elizabethtown, NC� 28337 William O�Huske Lock and Dam 1248 Bill Hall Road Fayetteville, NC� 28306 PROJECT DESCRIPTION: SNAG AND CLEAR The work includes removal and disposal of miscellaneous trash and debris, including dead and downed trees and sediment from behind each set of miter gates and within the lock chamber to allow the miter gates to open fully.� The sediment to be removed is predominately silt, clay, sandy silt, or sandy clay material. Other materials that may be encountered are wood, metal, and other sunken debris. All trees or large debris on the lock gates and on the outer lock walls will also need to be removed.� All trees and large debris (not sediment) will be snagged and cleared from the approach channel including in, on, and around the navigation cells and pilings. The Lock Chamber:� The chamber is 40 feet wide by 200 feet long at Lock and Dam 1 and Lock and Dam2. The chamber is 40 feet wide by 300 feet long at William O�Huske Lock and Dam (LD3).�� Upstream of Chamber:� Sediment and debris upstream of the upper miter gates will need to be removed from an approximate 40 ft x 40 ft area outside the lock chamber.� The miter gates extend 20 feet into the upstream channel when fully opened.� This will allow the 20-foot-wide gates to open completely plus provide an additional 20 feet of buffer to prevent sediment from immediately filling back in.� Approach Channel: Area between the navigation cells (river side) and pilings (shore side) must be cleared of trees and large debris, sediment may remain. DEBRIS DISPOSAL TRASH DISPOSAL All trash (anything except sediment and woody/naturals debris) will be disposed of offsite; the Contractor shall use a roll-off dumpster to store trash while contract is in progress prior to removing dumpster and/or bin at the conclusion of all work.� Any removed material shall be transported and disposed of in accordance with applicable federal, state and local requirements at the Contractor�s expense. WOODY DEBRIS DISPOSAL CUTTING AND PLACING: Woody debris shall be disposed of by cutting into manageable pieces as needed and placing on shoreline above typical channel elevation (in tree line). BURNING If the Contractor wishes to burn debris, he shall be responsible for obtaining all necessary burning permits prior to the commencement of work.� The Contractor shall conform with local and state ordinances pertaining to outdoor burning.� Burning pile locations will be approved by Corps representative prior to burning.� The Contractor shall provide the Corps representative with a fire safety plan prior to the commencement of work.� The plan must be approved by the Corps representative prior to actual burning. CHIPPING Chipping of woody debris is an acceptable alternative to burning; all such material may be uniformly broadcast in adjacent forested areas only, so as to not leave piles of chips on site. No chips will be permitted on riprap, pavement or in the river. SEDIMENT DISPOSAL Sediment will be transported and disposed of off-site in accordance with applicable federal, state, and local requirements at the Contractor�s expense. Environmental sampling/testing required will be the responsibility of the Contractor and the Contractor shall pay all costs of sampling/testing.� Sediment must be tested for TCLP 8 RCRA Metals regardless of additional landfill requirements. Contractor is responsible for any additional testing required by disposal site.� TLCP 8 RCRA Metal results and any additional testing results must be delivered to COR as a deliverable along with invoice. USACE expects sediment totals to be well below thresholds for needing multiple samples and expects there to be need for one sample per site per Task Order issuance. If there are multiple containers per site, a composite sample including some material from each container will need to be taken. Sediment will be stored in lined dumpsters/containers as it is removed from the channel and remain there until testing and is complete. Dumpsters shall be covered once capacity is reached, or work is complete.� Dumpsters may be staged on esplanade area near lock chamber at each site. Covered dumpster(s) may remain on site while testing requirements are met prior to hauling for disposal but expedited testing of 5�7-day turnaround will be required to reduce on-site storage time. This will be a 5-year Indefinite Delivery / Indefinite Quantity (IDIQ) contract; under which firm fixed price task orders shall be placed.� The anticipated Period of Performance is as follows:� One (1) Base Year and Four (4) Option Years. This solicitation is a total small business set aside. The contract issued will be Firm Fixed Price. This solicitation will be issued in electronic format only and will be available on or about 26 February 2024.� Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored.� The North American Industry Classification System (NAICS) code is 562119 � Other Waste Collection and the size standard is $47,000,000.00.� Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.sam.gov. In order to locate solicitation, Contractors can go to www. sam.gov and search for the solicitation number. Contractors can register to be put on a plan holders list that others can access through the www.sam.gov website. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Diana Curl, Contract Specialist, email diana.d.curl@usace.army.mil or Troy D. Small, Contracting Officer, email troy.d.small@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ef7eda1af074f28bab5eb5e83138f62/view)
- Place of Performance
- Address: Riegelwood, NC 28456, USA
- Zip Code: 28456
- Country: USA
- Zip Code: 28456
- Record
- SN06961449-F 20240211/240209230052 (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 |