Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOURCES SOUGHT

Z -- FUSRAP MEGA

Notice Date
8/17/2018
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-18-R-0042
 
Archive Date
10/2/2018
 
Point of Contact
KRISTINA J BAKER, Phone: 3143318506, Angie L. Grimes, Phone: 3143318965
 
E-Mail Address
KRISTINA.J.BAKER@USACE.ARMY.MIL, angie.l.grimes@usace.army.mil
(KRISTINA.J.BAKER@USACE.ARMY.MIL, angie.l.grimes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE standards. The Contractor must be capable to perform the Scope of Work listed below. General Project Description: This contract will provide for Hazardous, Toxic and Radioactive Waste (HTRW) remediation activities managed by the U.S. Army Corps of Engineers St. Louis District. This contract for the environmental response actions, associated investigation, design and remediation activities will include service and construction activities mandated by Formerly Utilized Sites Remedial Action Program (FUSRAP). The work at the FUSRAP St. Louis Sites falls under the Comprehensive Environmental Response Compensation, Liability Act (CERCLA). The St. Louis FUSRAP sites contain low-level radiological and chemically contaminated material. The St. Louis Sites are located in the metropolitan St. Louis area in two primary vicinities, the St. Louis Downtown Site (SLDS) and the St. Louis North County Sites (NORCO). The NORCO Sites includes the St. Louis Airport Site (SLAPS), SLAPS Vicinity Properties (SLAPS VPs) which included Coldwater Creek properties, and the Latty Avenue Properties (Latty). Work may be concurrent at multiple locations within these sites. Remediation sites include heavily industrialized areas, residential areas, recreational facilities, and open fields. Contaminated accessible soil remaining for excavation and offsite disposal currently is estimated at 182,700 cubic yards. The SATOC to be awarded will require personnel, material and equipment to respond to the St. Louis District FUSRAP support. The remedial action work encompasses any and all remediation work for remedial actions including general conditions, field engineering, radiological/safety support services, remediation of contaminated soil, and management services. The work anticipated under this contract is primarily for, but not limited to, low level radioactive contaminated material removal. Radiological contaminates are primarily thorium, radium and uranium, with co-located chemical contamination such as cadmium and arsenic. The Record of Decision for SLDS and the Record of Decision for the St. Louis North County Sites are viewable on-line at the St. Louis FUSRAP web site: http://www.mvs.usace.army.mil/Missions/Centers-of-Expertise/Formerly-Utilized-Sites-Remedial-Action-Program/ 1.4 CONTRACTOR CAPABILITY, TECHNICAL EXPERTISE The Contractor selected for this work shall have and demonstrate the capability to perform environmental compliance and remediation services relating to FUSRAP or similar work with radioactive contamination in the areas of field engineering, remediation work and management services, including, but not limited to: 1.4.1 Field Engineering 1.4.1.1 The contractor shall present capability to perform environmental investigations, remedial design of work plans and documents relating to FUSRAP or similar work. Contractor may be required to fill data gaps as needed to prepare the construction work plans. Subsurface boring capabilities would be required for obtaining such data. 1.4.1.2 The Contractor shall be responsible for the utilization of existing Remedial Action Work Descriptions in the remediation efforts. Contractor may be required to update work plans or generate additional construction work plans detailing how the work will be executed. Applicable portions of the construction work plans must be certified by respective registered professionals (i.e., P.E., Site Safety Officer, Radiological Safety Officer, Quality Control Officer, Geologist, Professional Land Surveyor, Certified Health Physicist, etc.). 1.4.1.3 Installation and/or decommissioning of ground water monitoring wells may be required. 1.4.1.4 The contractor will be required to develop and implement appropriate Health and Safety Programs and Plans for HTRW site operations as mandated by OSHA and EM 385-1-1. 1.4.1.5 The contractor shall provide HTRW Construction Quality Management, including submittals and other requirements contained in EP 415-1-266. 1.4.1.6 Conducting final status surveys in accordance with the Multi-Agency Radiation Survey and Site Manual (MARSSIM) experience and gamma walkover/guided excavation will be required. 1.4.2 Remediation Work The Contractor shall present capability to perform construction remedial action operations (i.e. excavation, backfilling, site restoration, decontamination and demolition) relating to FUSRAP or similar work. 1.4.2.1 Contractor shall provide excavation of contaminated soils and materials located at SLDS and SLAPS VPs. Excavation depths range from surface soil removal to depths exceeding 25 feet, located in a variety of conditions (e.g., open field, near/under structures, above and below ground water, near utilities). Contractor shall be responsible for planning and executing all excavation activities. The Contractor (or its subcontractor) shall be responsible for detailing and installing deep excavation support/bracing, as required for remediation and to include support/bracing modification as necessitated by field conditions. Post-excavation evaluation by a geologist for preferential pathways will be required. 1.4.2.2 Contractor may be required to decontaminate buildings. Structural support, demolition and disposal of structures may be required. 1.4.2.3 Documentation of current, final excavation and restoration as-built conditions via land survey, GIS and CADD drawing will be required. 1.4.2.4 Contractor shall be responsible for the collection and control of surface and/or ground water. This may include on-site physical and chemical water treatment via batch treatment facility, with subsequent discharge to either publicly-owned treatment works or surface waters according to applicable discharge requirements. 1.4.2.5 As part of the excavation process, permanent and/or temporary relocation of utilities may be required. 1.4.2.6 Contractor shall provide for the backfill and restoration of disturbed areas. 1.4.2.7 In conjunction with construction activities discussed above (excavation, utility relocation, water management, etc.), the Contractor shall work with regulators, local entities, railroad entities and stakeholders, to include, but not limited to, EPA Region VII, Missouri Department of Natural Resources, St. Louis Airport Authority, Federal Aviation Administration, Metropolitan St. Louis Sewer District, and Mallinckrodt LLC. 1.4.2.8 Contractor shall manage stockpiles and coordinate transportation of excavated materials to appropriate off-site disposal facilities in conjunction with other USACE transportation contractors. Primary radiological disposal shall be accomplished with existing USACE contracts; however, the Contractor may be required to secure disposal facilities subcontracts during the execution of this work. Knowledge of and experience with classification of materials, Department of Transportation Regulations, and HTRW manifesting are required. 1.4.3 Management Services 1.4.3.1 The Contractor shall provide the management organization and staffing plan, including a list of key personnel and their related qualification (experience and education) and lines of author. Include all subcontractors as well as prime contractor positions. Management shall include safety support, quality control, radiological support, and site-wide management. 1.4.3.2 The Contractor shall have knowledge and experience in Cost Reimbursable Contract Management Procedures and an approved accounting system. 1.4.3.3 The Contractor shall have knowledge and experience in scheduling, cost control and performance status reporting. 1.4.3.4 The Contractor shall provide an approach for procurement and subcontracting policies. SOURCE SOUGHT: NAICS CODE: 562211 Hazardous Waste Treatment and Disposal SIZE STANDARD: $38.5 Million CONTRACT ESTIMATED RANGE: $50,000,000 to $100,000,000.00 ANTICIPATED SOLICITATION RELEASE DATE: Any solicitation for the nature of work described in this sources sought is subject to the availability of funds. Should funding become available the Government will use responses to this notice as Market Research to develop an acquisition strategy. Any solicitation(s) for this type of work will be made public as required by the Federal Acquisition Regulation at the Government Point of Entry (www.fbo.gov). POINT OF CONTACT: Responses are to be sent via email to Kristina Baker, at Kristina.J.Baker@usace.army.mil no later than 3:00 p.m. Central Time, 4 September 2018. SUBMISSION DETAILS: All interested, responsive and responsible SAM Database registered businesses are encouraged to participate in this sources sought by emailing the required information below to the point of contact listed above. If you are not SAM registered, please do so at www.sam.gov. Interested businesses shall include the following information to be considered for this Sources Sought announcement: 1. Company name, address, point of contact, phone number/email address and CAGE Code. 2. Company's interest if a solicitation for this project is issued. 3. Company's business category and size. 4. Company's capability to perform on the project description outlined above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14f45a274a9b51cf5dc716015f300e42)
 
Place of Performance
Address: 1222 SPRUCE, ST LOUIS, Missouri, 63103, United States
Zip Code: 63103
 
Record
SN05043888-W 20180819/180817231225-14f45a274a9b51cf5dc716015f300e42 (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.