SOURCES SOUGHT
F -- Sources Sought Notice-Remedial Action at Roebling Steel Superfund Site
- Notice Date
- 1/21/2025 6:24:18 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
- PANNWD25P0000001072
- Response Due
- 2/21/2025 3:00:00 PM
- Archive Date
- 02/22/2025
- Point of Contact
- Heather Scott, Phone: 8163892133, Justin BENNETT, Phone: 8163893213
- E-Mail Address
-
heather.a.scott@usace.army.mil, justin.k.bennett@usace.army.mil
(heather.a.scott@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 Notice 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 Roebling Steel Superfund Site, Village of Roebling, Florence Township, Burlington County, New Jersey. A standalone Cost-Plus Fixed Fee (CPFF) contract is being contemplated to support the Roebling Steel Superfund Site: (the following information is in the early planning stages and may be subject to change): The Roebling Steel Site is a 200-acre property bordered by Second Street and Hornberger Avenue in the Village of Roebling, Florence Township, Burlington County, New Jersey. The Site is bordered on the north and east by the Delaware River and Crafts Creek, respectively. The site is currently inactive except for portions of the property that have been remediated and redeveloped. The site was occupied by a steel and wire manufacturing facility from 1906 to 1982. The production of steel products resulted in the generation of significant quantities of waste materials in both liquid and solid forms. The majority of liquid wastes were discharged to Crafts Creek and the Delaware River. Large quantities of solid wastes including slag, mill scale, spent refractory materials, and other production residues were disposed at the Site. Slag material was used to fill in a large portion of the bordering Delaware River shoreline. Approximately 70 buildings on the main plant area of the Site contained contaminated process dust on the walls and floors, contaminated process equipment, tanks, pits and sumps, underground piping systems, and damaged friable asbestos. The lack of properly operated environmental control facilities resulted in several regulatory agencies issuing notices of noncompliance to site owners and operators. Due to the numerous sources of contamination and various pathways for exposure, EPA is addressing the remediation in a phased approach. There are five remedial phases or operable units, each covered by a Record of Decision (ROD). Operable Unit 1 (OU1) addresses the removal of drums, transformers, tanks, baghouse dust, chemical piles, tires, and contaminated park soil. Operable Unit 2 (OU2) addresses contaminated soil in another park. Operable Unit 3 (OU3) addresses the cleanup of the slag area by installing a soil cap that supports a storm water management system and shoreline stabilization. Operable Unit 4 (OU4) addresses removal and disposal of underground storage tanks, above-ground tanks, pits, sumps, underground piping, process dust, friable asbestos abatement, decontamination and demolition of buildings, and historic mitigation activities. Operable Unit 5 (OU5) addresses the remediation of site-wide soils, river and creek sediments, and groundwater. The designs associated with this contract are associated with OU4 and OU5. The work shall consist of environmental remediation services to support the U.S. Army Corps of Engineers, New York District in the installation of a soil cap, building demolition, artifact restoration, building restoration, and construction of a new building. Environmental remediation services may include, but are not limited to the following: � Preparation of work plans and preconstruction documents. � Obtain necessary permits and approvals from applicable federal, state, and local regulatory agencies. � Capping of contaminated soil. � Implementation of a long-term groundwater sampling and analysis program to monitor the contaminant concentrations in the groundwater at the site, to assess the migration and attenuation of these contaminants in the groundwater over time; and, � Institutional controls in the form of a Classification Exception Area (CEA) to restrict the installation of wells and the use of contaminated groundwater in the vicinity of the site. � Primary (gross) decontamination, demolition, and on-site management of selected demolition debris for contaminated buildings. � Removal and off-site disposal of contaminated process dust, and liquid and solid wastes from the equipment, aboveground tanks, pits, and sumps. Removal and decontamination of equipment, tanks, and scrap metal prior to recycling. � Abatement of friable asbestos in all buildings. � Closure of contaminated underground storage tanks and drainage of underground piping systems. � Historic preservation mitigation measures for the buildings, machinery, artifacts, and curation of archives. � Implementation of institutional controls to ensure the effectiveness of the remedy, such as deed restrictions to limit future uses of the buildings that remain. � Construction of a new building within the Roebling Museum property to display historically significant artifacts. Disclosure of the magnitude of construction, as prescribed in FAR 36.204 and DFARS 236.204, is between $25,000,000 and $100,000,000. Based on the dollar value, it is anticipated that a Project Labor Agreement will be required in accordance with FAR Subpart 22.5. It is anticipated that this solicitation will be published through the Procurement Integrated Enterprise Environment (PIEE) to the SAM.gov website in Fiscal Year 2025. The Period of Performance for the planned contract is five (5) years. The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities, and qualifications of small business 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 Notice 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 or planned teaming subcontractor�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 the Roebling Steel project include: � Projects demonstrating experience with vertical construction and commissioning, similar or larger in size than required by this project (>6,000 sf, height of 24�; commissioning activities including testing of mechanical, plumbing, electrical, and solar electrical installations). � Projects demonstrating experience performing grading, cap placement, and compaction under CERCLA on an area similar in size or larger than required by this project (>100 acres). � Projects demonstrating experience with industrial artifact and historical building restoration in accordance with the Secretary of the Interior�s Standards for the Treatment of Historic Properties. Qualified personnel are required with recent knowledge and experience in: � Environmental response actions associated with remedial actions mandated by CERCLA; � Consultation/coordination with other federal, state, and local agencies and stakeholders; and, � Vertical construction and building commissioning. 3. Identify, based upon the Roebling description of services, if you would form a Joint Venture (JV) or teaming arrangement to execute this work. Provide teaming or JV information or your intention to form teaming agreements or JVs, and if applicable, include the JV�s Unique Entity ID (UEI) number and CAGE code. 4. 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. 5. 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 2025 through 2030. 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 contract, and how it will be accomplished. 6. Provide input on any concerns or risks your firm has, based on the information provided in this Sources Sought Notice. Please send your responses via email to heather.a.scott@usace.army.mil. This Sources Sought Notice 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/b5ed80f9748c47dba897ce95ca3368ac/view)
- Place of Performance
- Address: Roebling, NJ 08554, USA
- Zip Code: 08554
- Country: USA
- Zip Code: 08554
- Record
- SN07318797-F 20250123/250121230109 (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 |