Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2003 FBO #0506
SOLICITATION NOTICE

C -- FOX RIVER AND BAY OF GREEN BAY, WISCONSIN FEASIBILITY STUDY FOR REMEDIATION OF CONTAMINATED SEDIMENTS.

Notice Date
4/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Corps of Engineers, Detroit - Civil Works, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
DACW35-03-R-0007
 
Archive Date
7/20/2003
 
Point of Contact
George Fedynsky, (313) 226-6356
 
E-Mail Address
Email your questions to U.S. Army Corps of Engineers, Detroit - Civil Works
(George.Fedynsky@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This contract is being procured in accordance with the Brooks A-E act as implemented in FAR Subpart 36.6. This contract is for completing a Feasibility Study for remediation of contaminated sediments. The contract is estimated at $500,000 to $1,000,000. The contract may include optional work for the concept design, final design, plans and specifications and construction phase services for the subject project. The total value of the optional work is estimated at $1,000,000 - $3,000,000. The initial con tract is anticipated to be awarded in 2003. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Professional services are required for site investigation, planning, environmental assessment a nd engineering studies in performing a feasibility level study to remediate contaminated sediments for the subject project. A copy of the Reconnaissance Study completed for the subject project is available at the Detroit District Corps of Engineers we b site http://www.lre.usace.army.mil under Projects and Studies Planning Studies for the Fox River Environmental Dredging Section 312, or by contacting the Detroit District at 313-226-6760. A preliminary scope and cost of the feasibility study is available in the Reconnaissance Study. North American Industrial Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. The contractor selected will need sufficient resources and flexibility to be able to furnis h a full range of professional planning, engineering and design services related to removal and remediation of contaminated sediments and ecosystem restoration at the subject project location. This announcement is open to all businesses regardless of th eir size. A firm-fixed-price contract will be negotiated. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of this work it intends to subcontract. A subco ntracting goal for this contract is that a minimum of 61.2% of the contractor?s intended subcontract amount be placed with small businesses (SB) including; 5% with small disadvantaged businesses (SDB), 5% with women owned small businesses (WOSB), 3% with v eteran-owned SB, 3% with service-disabled veteran-owned SB and 1% with HUB Zone small businesses. A subcontracting plan is not required with this submittal. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Regist ration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The Lower Fox River and Green Bay Site includes an approximately 39-mile s tretch of the Lower Fox River as well as the bay of Green Bay. The Wisconsin Department of Natural Resources (DNR) and the U.S. Environmental Protection Agency (EPA) have issued a final Superfund Remedial Investigation and Feasibility Study report as wel l as supporting documents for the site. In addition, DNR and EPA also issued a Superfund Record of Decision (ROD), Responsiveness Summary (RS), and numerous (17) white papers for the Site?s first two operable units. The plan in the ROD calls for cleaning up PCB (polychlorinated biphenyl) contaminated sediments from certain portions of the Lower Fox River. The ROD was issued in December 2002 and will cover Operable Unit 1 (Little Lake Butte des Morts) and Operable Unit-2 (from the Appleton Dam to the Litt le Rapids Dam). The general project information that follows is not all inclusive of the ROD. PCB's were discharged into the Fox River by paper mills during the manufacturing and recycling of carbonless copy paper, primarily between 1954 and 1971. This ROD represents the final decision of the WDNR and EPA on the remedial plan for sediment cleanup of these two sections of the Lower Fox River. The ROD addresses some of the human health and ecological risks posed to people and ecological receptors associated with PCB?s that have been released to the Site. These reaches comprise approximately 26 of the 39 miles of the river that flows north from Lake Winnebago to the mouth of the river at Green Bay. This ROD calls for the removal of all contaminated sediment from OU 1 with a concentration of greater than 1 part per million or approximately 784,000 cubic yards of material. It is anticipated that the dredged material will be mechanically dewatered and then placed into a landfill for permanent disposal. Another remedy may utilize vitrification of dredged contaminated sediment as an alternative to off-site disposal. DNR and EPA have selected a monitored natural recover y approach for OU 2. This cleanup relies on natural processes to break down, dilute, or bury the PCBs; and on a program designed to monitor the levels of PCBs in the sediment fish tissue and in the water. The current estimated average surface PCB concentra tion in OU-2 is 0.61 ppm. With the ROD for OU-1 and 2 completed, WDNR and EPA will focus their attention to completing the ROD for the remaining operable units of the Lower Fox River and Green Bay (OU 3-5). The agencies expect a decision for the remaining three operable units, OU-3 from the Little Rapids Dam to the De Pere Dam, OU-4 from the De Pere Dam to the mouth of the river at Green Bay, and OU-5 the entire bay of Green Bay, to be made later this year. Copies of the OU 1 and 2 ROD, RS & White Papers, the Site wide final RI/FS, FOX River Data Base as well as other supporting information is available at the DNR?s Lower Fox River web site at the following address: http://www.dnr.state.wi.us/org/water/wm/lowerfox/index.html. In addition, to review hard c opies of the reports, copies of the ROD and the final RI/FS are available at one of the information repositories set up at libraries in the Fox Valley and Green Bay area. Appleton Public Library, 225 N. Oneida St., Appleton, WI; Brown County Library, 515 Pine St., Green Bay, WI; Door County Library, 104 S. Fourth Ave., Sturgeon Bay, WI; Oneida Community Library, 201 Elm St., Oneida, WI and the Oshkosh Public Library, 106 Washington Ave., Oshkosh, WI. In addition to the repositories, copies of the Lower F ox River and Green Bay Site Remedial Investigation and Feasibility Study (RI/FS), Risk Assessment (RA), the Model Documentation Report (MDR), and ROD may be available at DNR offices in Madison (101 South Webster Street), Green Bay (801 East Walnut Street) and at EPA offices in Chicago (77 West Jackson Boulevard). A Corps of Engineers Section 905(b) (WRDA 86) Reconnaissance Study has concluded that there is Federal interest in the removal or remediation of contaminated sediments in the Lower Fox River and b ay of Green Bay for ecosystem restoration under the authority of Section 312 of the Water Resources Development Act of 1990 (WRDA 90), as amended. A copy of the Reconnaissance Study will be available at the Detroit District Corps of Engineers web site htt p://www.lre.usace.army.mil for the Lower Fox River and Bay of Green Bay, Wisconsin site. Additional ecosystem restoration project planning and studies are required to develop plan formulation criteria and tools (e.g., models) and metrics for measuring the outputs (e.g.: habitat units, indices) of alternative plans appropriate for the ecosystem under consideration. Design services may also be required to implement selected remediation alternatives within the project limits, including Operable Units 3, 4 an d 5. Planning activities may include preparation of a feasibility study or portions thereof and an environmental impact statement or environmental assessment which shall be conducted in accordance with the Planning Guidance Notebook ER 1105-2-100 and ot her applicable U.S. Army Corps of Engineers regulations, guidelines and procedures. Public outreach efforts may also be required for this study. The local spon sor may conduct some tasks in the feasibility study and the U.S. Army Corps of Engineers or other agencies may conduct some of the tasks. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of im portance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used if necessary in ranking the most highly qualified firms. (a) Specialized Experience and Technical Competenc e in or related to: (1) planning and design related to PCB contaminated sediment removal and/or remediation; (2) planning and design of dredged material disposal facilities (both upland and nearshore) for PCB Toxic Substances Control Act (TSCA) and non-TS CA contaminated sediments, (3) planning and design related to capping of contaminated sediments; (4) planning and design related to vitrification of contaminated sediments (5) preparation of feasibility studies in accordance with ER 1105-2-100 (6) pre paration of planning studies which address policy issues in ER 1165-2-501. (7) preparation of U.S. Army Corps of Engineers feasibility level environmental impact statements (ER 200-2-2), (8) U.S. Environmental Protection Agency superfund remediation pr ojects (including the RI/FS process) (9) Wisconsin Department of Natural Resources (WIDNR) led environmental remediation projects associated with contaminated sediments (10) the Comprehensive Environmental Response, Compensation, and Liability Act (CERC LA) process (11) National Research Council guidance (12) U.S. Army Corps of Engineers HTRW assessment and remediation projects (13) preparation of ecological risk assessments; (14) preparation of fish and wildlife habitat assessments ? utilizing WIDN R and U.S. Fish and Wildlife Service protocols; (15) preparation of ecological studies and analysis; (16) hydrologic, hydraulic and hydrodynamic modeling of major rivers in the great lakes (17) sediment mapping and modeling 18) preparation of models for PCB concentrations in water, sediment and aquatic biota 19) preparing Corps of Engineers construction plans utilizing Microstation CADD, and specifications & cost estimates utilizing Corps of Engineers standard microcomputer programs (MCACES/ SPECSI NTACT) 20) Corps of Engineers incremental benefit/cost analysis for environmental restoration formulation purposes 21) accomplishing dredging (hydrographic) surveys 22) accomplishing topographic surveys 23) collection of sediment, water, air and soils samples for geotechnical and environmental analysis related to remediation of contaminated sediments (b) Professional Qualifications: (1) Qualified professional personnel in the following key disciplines: environmental engineering, civil engineering, geo technical engineering, geologist, hydrogeologist and structural engineering. The lead engineer in each key discipline must be registered to practice in the appropriate professional field in the State of Wisconsin. (2) The evaluation will consider specif ic education relative to remediation of contaminated sediments, advanced training, organizational certificates, overall and relevant experience, professional recognition and publications of key personnel c) Knowledge of locality with respect to the proj ect area (OU 1 to OU 5) (d) Capacity of the firm to accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, and the size and qualifications of the firm?s staff in discip lines necessary to accomplish planning and design for multiple sites. For environmental and geotechnical testing, the proposed laboratories must be COE validated or demonstrate capability of achieving validation via documented inspections and certificat ions from other Federal or State agencies and have a successfully established QA/QC program with personnel identified. (e) Past performance on DoD and other co ntracts with respect to cost control, quality of work, and compliance with performance schedules. Selection emphasis will be placed on evaluating past performance on DoD contracts, as documented in the ACASS database. Firms may include documentation of pa st performance on recent similar contracts with other Federal agency, State and local governmental clients, particularly firms possessing little or no DoD related past performance. The firm must demonstrate an effective quality control program that has del ivered high quality products, on time and within budget. (f) Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) The geographic proximity of the firm to the general geographical area of the project locality (h) Volume of DoD contract awards in the last twelve months, with the objective of effecting an equitable distribu tion of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm ACASS number in SF 255, Block 2b. For ACASS information, call (503)326-3459. A brief (1 page maximum) Management Plan must be included in Block 10 of SF 255, to include an explanation regarding the role of any subcon tractors, quality control procedures between the prime firm and subcontractors, and an organizational chart showing the inter-relationship of management and various key personnel and key team components (including subcontractors). All information must be included in the SF 255 (cover letter and other attachments will not be considered in the evaluation process). Solicitation packages are not provided. This is not a request for proposal. This procurement is UNRESTRICTED. Note 24 is applicable. Solicitatio n packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: U.S. Army Corps of Engineers, Detroit - Civil Works 477 Michigan Avenue, Detroit MI
Zip Code: 48226
Country: US
 
Record
SN00307266-W 20030420/030418213652 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.