Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOURCES SOUGHT

Z -- SATOC for Remediation of Formerly Utilized Sites Remedial Action Project at the Former DuPont Chambers Works Site, Deepwater, New Jersey

Notice Date
1/7/2016
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-FUSRAP-DuPont-SATOC
 
Archive Date
2/5/2016
 
Point of Contact
Michelle L. Johnson, Phone: 2156566774
 
E-Mail Address
Michelle.L.Johnson@usace.army.mil
(Michelle.L.Johnson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, AND THE PHILADELPHIA DISTRICT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION. The U.S. Army Corps of Engineers (USACE), Philadelphia District is conducting market research to facilitate a determination of acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. In addition to all interested contractors, a Market Survey is also being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors that have the capability to perform a complex Formerly Utilized Sites Remedial Action Program (FUSRAP) project at the DuPont Chambers Works (DuPont) site. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 562910 - Environmental Remediation Services. The business size standard for NAICS Code 562910 is 500 employees. The duration of this contract is a base year with four option years. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. NO SOLICITATION IS CURRENTLY AVAILABLE. PROJECT DESCRIPTION DuPont is an operating chemical manufacturing complex, located in Salem County, New Jersey. In the 1940s, E. I. du Pont de Nemours and Company performed work for the federal government in support of the nation's early atomic energy program. The USACE is addressing residual radioactive contamination in specific areas of the property under the FUSRAP. The areas are collectively referred to as the DuPont Chambers Works FUSRAP Site. USACE identified the FUSRAP-eligible constituents of concern in site soils that were related to the uranium processing activities at the site and that could pose a risk to human health under an industrial land use scenario. Constituents of concern are uranium, thorium, and radium; specifically Uranium-234 (U-234), Uranium-235 (U-235), Uranium-238 (U-238), Thorium-230 (Th-230), and Radium-226 (Ra-226). The remedial action recommended in the Proposed Plan and selected in the Record of Decision, signed on September 12, 2013, only addresses these FUSRAP-eligible constituents of concern and does not address other hazardous contaminants that may be present at the site. Major components of the selected remedy include, but are not limited to: •Excavation of contaminated soil with total uranium concentrations above the remediation goal of 65 picocuries/gram (pCi/g); •physical separation and management of excavated material containing non-FUSRAP hazardous substances that are commingled with FUSRAP-eligible contaminants; •transportation of excavated soils by rail to an off-site, permitted disposal facility; •recovery of water and non-aqueous phase liquids; •performance of a final status survey to verify that the completed remedial action meets the soil remediation goal; •implementation and evaluation of monitored natural attenuation to address residual uranium contamination in groundwater, after completing the soil response action; and •implementation of land use controls to limit potential onsite exposure to contaminants during remedial action activities. CONTRACT REQUIREMENT When a solicitation is issued, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The Government anticipates issuing a Single Award Task Order Contract (SATOC) with a total contract value not to exceed $75,000.000.00 or 5 years. Task Order awards under this contract may be either Cost Reimbursable or Firm, Fixed Price. FORMAT FOR INTERESTED SOURCES NARRATIVE Prior experience with FUSRAP projects of similar magnitude and scope is desired. Offeror's response to this notice shall be limited to 7 pages and shall include the following information: 1.General information: a.Firm Name b.Firm Address c.Cage Code d.NAICS (list all NAICS under which your firm is registered) e.Responsible Point of Contact f.Small Business Classifications (indicate all applicable classifications, including 8(a) small business, service-disabled veteran owned small business, HUB Zone small business, Small Disadvantaged business, Woman Owned, Minority, Native American small business g.Identification of Joint Ventures (Business Name, Business Size and Cage Code of JV); 2.Firm's interest in submitting a proposal in response to the solicitation when it is issued; 3.Demonstration of the firm's experience as a prime contractor on projects of similar size (approximately $10M), type and complexity within the past five years. Also, the firm's ability to successfully handle multiple task orders concurrently of similar size, type and complexity. 4.List at least 5 completed radiological cleanup projects; 2 must be cost reimbursable and all should have a dollar value of at least 10 million dollars. Include project title and location, a brief description of the project including the dollar amount of the project and the work that was self-performed. Please address the following - as relevant - when preparing your capabilities statements: a.Key Prime project roles (Project Manager, Radiation Safety Officer - CHP, Site Safety and Health Officer - CIH, Transportation & Disposal Manager, Site Manager, Quality Control System Manager) b.Experience with CERCLA Remedial Actions c.Sites with light non-aqueous phase liquid (LNAPL) and tetraethyl lead d.Familiarity with cost-type contracts e.Approaches to complex stakeholder issues f.Risk management approaches g.Experience with EM 385-1-1 h.Completion of Technical Project Planning and Value Engineering i.Implementation of innovative technology 5.Ability of the firm to demonstrate an acceptable accounting system adequate for determining costs under a cost reimbursement contract, in accordance was DFARS 252.242-7006 and 242.75 The response must be specific to the qualifications listed above to show that the respondent possesses the necessary skills and experience. No telephone calls will be accepted requesting a bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made. Again this is not a request for proposal or quotation; there is no solicitation available at this time. Interested prime bidders shall respond electronically to the Sources Sought Synopsis no later than January 21, 2016 at 12:00 PM (EST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Please send all responses to Michelle Johnson atMichelle.L.Johnson@usace.army.mil. Contracting Office Address: 100 Penn Square East Wanamaker Bldg (RM 643) Philadelphia, Pennsylvania 19107-3390 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-FUSRAP-DuPont-SATOC/listing.html)
 
Place of Performance
Address: DuPont Chambers Works, Deepwater, New Jersey, United States
 
Record
SN03985587-W 20160109/160107234708-4da41eeb6b9d2c1701d2a91f5c799912 (fbodaily.com)
 
Source
FedBizOpps 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.