Composite Cap Installation over contaminated mine waste associated with the Callahan Mine Superfund Site in Brooksville, Maine

From: Federal Government(Federal)
W912WJ24X0038

Basic Details

started - 22 Apr, 2024 (11 days ago)

Start Date

22 Apr, 2024 (11 days ago)
due - 22 May, 2024 (in 18 days)

Due Date

22 May, 2024 (in 18 days)
Bid Notification

Type

Bid Notification
W912WJ24X0038

Identifier

W912WJ24X0038
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710897)DEPT OF THE ARMY (133362)USACE (38228)NAD (5853)W2SD ENDIST NEW ENGLAND (1519)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement to determine interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Small Business concerns for installation of a Composite Cap over contaminated mine waste associated with the Callahan Mine Superfund Site in Brooksville, Maine. We intend to award an Invitation for Bid (IFB). The NAICS code for the work described below is 562910 (1000 employees) with an estimated cost range between $5 and $10 million. Work is expected to be performed during 2025 or 2026.USACE desires to identify contractors capable of providing Environmental Remediation Services for installing a composite cap over an area of approximately 13 acres. The purpose of the cap is to limit infiltration through mine waste remaining after historical copper mine operations performed on the property. The mine waste consists of rock and rock-amended sediment previously consolidated
and graded as part of recent and ongoing Superfund remediation activities. The expected components of the composite cap include in order from the surface: 12 inches crushed stone (3-inch minus), geocomposite drainage layer, 60-mil textured geomembrane (seam welded), and geofabric. All crushed stone will be sourced from onsite and imported granular material will not be required. Other activities to be performed under this contract may include installation of drainage features (e.g., swales, culverts, etc.), grading, seeding and stabilization of disturbed areas outside stone cover system, rock crushing, stockpile management, and wetland improvements. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the https://beta.sam.gov/ website for the respective project. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to the solicitation announcement at a later time.Project Information:The former Callahan Mine was a hard-rock, open-pit mine developed in Goose Pond, a shallow tidal estuary of approximately 75 acres in the Town of Brooksville, Maine. The Site is located approximately 15 miles west of the town of Blue Hill and 35 miles west of the town of Bar Harbor on the northwest side of the Cape Rosier peninsula on Penobscot Bay. The Site includes the former Callahan Mine property, an elongated 120-acre property oriented north-south and accessed from Goose Falls Road. Goose Pond and Holbrook Island Sanctuary State Park are immediately east of the Site. Private residences and seasonal homes are located adjacent to the Site on Goose Falls Road and Cape Rosier Road.From 1968 through 1972, the Callahan Mining Corporation developed a massive sulfide ore body located beneath a bedrock peninsula that extended into Goose Pond. To gain access to the ore, Goose Pond was drained by constructing two dams: an earthen dam across Goose Pond (Marsh Creek) near the southern Site boundary and a concrete dam with stop logs at Goose Falls. After draining the pond, an open pit mine approximately 600 feet in diameter and 300 feet deep was excavated to access the ore. Approximately five million tons of waste rock and approximately 800,000 tons of ore-bearing rock were mined from the open pit mine.Additional information about the Callahan Mine Superfund Site is available here: www.epa.gov/superfund/callahan.Responses:In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at the minimum, the following:Firm’s name, address, point-of-contact, phone number, email address, CAGE and SAM.gov Unique Entity Identifier.Business classification (e.g., small business, veteran-owned small business (VOSB), Service-disabled veteran-owned small business (SDVOSB).A description of the firm’s in-house capabilities to accomplish the above stated work requirements and how the firm will meet or exceed the requirements for Federal Acquisition Regulation (FAR) 52.219-14 “Limitations on Subcontracting”. It should also describe the plan/method to be used in selection of team subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work.Project overview and description for up to five (5) sample composite capping projects comparable in scale and complexity to the project described above that were completed within the past seven (7) years. The project overviews shall include a synopsis of the project including project name, client, photos, month/year the firm’s work started and completed; total contract value of the firm’s work specifically; physical size of the capping area; construction cost; and customer point-of-contact.A table indicating whether the sample projects included any of the following elements:Capping installation involving seam welded geocomposite layer.Installation of swales and culverts.Onsite rock crushing.Wetland amendments.If work is intended to be done using a team, please indicate this and include information on the major subconsultant(s) on the team in the information requested above.Any advice you would give the Government in planning for the procurement of the contract and for construction execution to include comments on use of an IFB procurement.Responses should be limited to a pdf file that shall not exceed twenty 8.5x11 pages (not including cover sheet). Responses are due by May 22, 2024. Responses should be emailed to Contract Specialist Elizabeth Glasgow at Elizabeth.k.glasgow@usace.army.mil. NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED.The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be in effect for a period of one year from the date of this notice.THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION.Government Agency URL: www.nae.usace.army.milGovernment Agency URL Description: New England District, Corps of Engineers

Concord ,
 MA  01742  USALocation

Place Of Performance : N/A

Country : United StatesState : MassachusettsCity : Concord

Office Address : KO CONTRACTING DIVISION 696 VIRGINIA ROAD CONCORD , MA 01742-2751 USA

Country : United StatesState : MassachusettsCity : Concord

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 562910Remediation Services