Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

Y -- Formosa Mine Adit #1 Reopening and Acid Mine Drainage System, Riddle, Oregon

Notice Date
6/15/2017
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD971076712
 
Archive Date
7/11/2017
 
Point of Contact
JOHN SCOLA,
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL
(JOHN.P.SCOLA@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a project titled: "Formosa Mine Adit #1 Reopening and Acid Mine Drainage System, Riddle, Oregon." Proposed project will be a cost reimbursable project. The magnitude of this construction project is between $1 and $5 million. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238910 "Site Preparation Contactors," and the associated small business size standard is $15,000,000 in average annual receipts. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. DESCRIPTION OF PROPOSED PROJECT: This project is to replace a failing acid mine drainage (AMD) system and open a portal that has been plugged since mine closure, near Riddle in Douglas County Oregon. The mine is a former copper and zinc (with trace silver and gold) mine operated since the beginning of the 20th century. The Formosa Mine is an Environmental Protection Agency (EPA) Superfund Site. Public documents are available at: http://yosemite.epa.gov/r10/cleanup.nsf/sites/formosa https://www.blm.gov/or/districts/roseburg/plans/files/formosa-admin-record.pdf At this time, the construction solicitation is expected to be a Cost Reimbursable Performance-Based Work Statement that will include 35% Design drawings and some detailed specifications. The 35% design includes opening of the adit, mucking and placing wastes, portal/mine stabilization and rehab, water management, and installation of a flow-through plug. The estimated cost for the final design and on-site construction portion of this project is between $1 million and $5 million. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to five (5) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large Business). 3. Three (3) to five (5) examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope completed within the last six years. Examples should include the following information: a) A description of the project, customer name, location of the project, timeliness of performance, customer satisfaction, and dollar value of the project. b) Demonstrated construction experience in CERCLA mine remediation projects. c) Demonstrated design and construction experience with underground mine projects, to include, opening and rehabilitation of adits, and mine drainage systems. d) Demonstrated experience with US Government and/or USACE-specific contracting of any work that was performed as a Cost Reimbursable construction contract. 4. CAGE code and DUNS number of your firm. 5. Firm's Joint Venture Information, if applicable. 6. Bonding Information: Provide the following, on the Bonding Company's letterhead: (1) Bonding Limits: (a) Single Bond (b) Aggregate Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. PLEASE SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1:00 pm (Pacific Time) on 26 June 2017. Submit responses to the attention of John Scola by email at John.P.Scola@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD971076712/listing.html)
 
Place of Performance
Address: RIDDLE, Oregon, United States
 
Record
SN04546054-W 20170617/170615235307-49430cf82f6cb80b92efb49c9f3e353c (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.