Environmental Remediation Services for the temporary treatment of groundwater and excavation and disposal of soils contaminated with volatile organics at the Du...

expired opportunity(Expired)
From: Federal Government(Federal)
W912WJ22X0009

Basic Details

started - 06 Jan, 2022 (about 2 years ago)

Start Date

06 Jan, 2022 (about 2 years ago)
due - 07 Feb, 2022 (about 2 years ago)

Due Date

07 Feb, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912WJ22X0009

Identifier

W912WJ22X0009
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708022)DEPT OF THE ARMY (132963)USACE (38064)NAD (5833)W2SD ENDIST NEW ENGLAND (1513)
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.

***SOURCES SOUGHT ANNOUNCEMENT***This is a Sources Sought announcement to determine availability and capability of small businesses, including but not limited to 8(a), HUBZone, Service-Disabled Veteran-Owned and Women-Owned firms, to perform the work described below. The U.S. Army Corps of Engineers, New England District desires to identify contractors capable of providing Environmental Remediation Services for the temporary treatment of groundwater and excavation and disposal of soils contaminated with volatile organics at the Durham Manufacturing Company, Durham, Connecticut. The value of the construction project is expected to be in the $5M - $10M range. The NAICS code for this procurement is 562910 (size standard <750 employees).  A Best Value solicitation is planned for late June 2022 and remediation field work is expected to begin early 2023 and completed by the end of that calendar year.  Contract Line items (CLINs) will likely be a mix of fixed price line items and clearly
defined, separable cost reimbursable line items for utility work, groundwater treatment, foundation support/restoration, and soil removal.  A Best Value procurement provides an opportunity for an offeror to submit their qualifications in writing and the government to select the successful offeror based on how well the submissions meet the source selection criteria listed in the solicitation.  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://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 Project Site is located in the southern Connecticut town of Durham, Middlesex County, within the Durham Meadows Superfund Site.  The project footprint impacts two properties - the Durham Manufacturing Company (DMC) located at 201 Main Street and the adjacent residential property at 215 Main Street.  Subsurface soils and groundwater in some portions of the Project Site are impacted with trichloroethene (TCE), tetrachloroethene (PCE), and non-chlorinated VOC contaminants.  For that reason, the Work is subject to the requirements for hazardous waste operations specified in Federal Occupational Safety and Health regulation 29 CFR 1910.120.  The DMC will remain in operation throughout the duration of the remedial work, so the contractor should expect considerable pedestrian and vehicle traffic around the Project Site.  Planned excavation limits impact existing utilities including power and septic, and they extend to the bottom of the existing DMC foundation wall.  The Project includes establishing temporary utilities for the DMC, temporary shoring and foundation support, groundwater treatment, excavation and transport of approximately 11,000 cubic yards of contaminated soils to off-site permitted disposal facilities, permanent foundation restoration, utility restoration and general site restoration. The remediation activities will be broken into phases to ensure that the manufacturing building is able to continue normal operations. Temporary site fencing and erosion controls are to be installed around a Phase 1A excavation in the parking area north of the building.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 DUNS number;Business classification (e.g., small business, veteran-owned small business (VOSB), Service-disabled veteran-owned small business (SDVOSB);Project overview and description for up to five (5) sample soil remediation 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 impacted area; construction cost; and customer point-of-contact;The firm should also describe their in-house capabilities to accomplish the above stated work requirements. The capabilities package should also address how the firm will meet or exceed the requirements of 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.A table indicating whether the sample projects included any of the following elements:Characterization and transportation of volatile organic compound (VOC) soil contamination in compliance with US EPA and State of CT regulations and standards;Permitting and maintenance of excavation dewatering treatment systems for VOC-contaminated groundwater in accordance with federal, State of CT, or municipal regulations and standards;Temporary bypass of existing utilities and permanent utility restoration;Excavation along and beneath structural foundations;VOC contaminated soil excavation in a high density suburban setting in proximity to residential properties;Preparation and approval of a Quality Assurance Project Plan in compliance with federal quality assurance guidelines identified at EPA QA/G-5, EPA Guidelines for Quality Assurance Project Plans;A CT Licensed Environmental Professional substantially involved in the quality control and quality assurance activities for the project and responsible for compliance with EPA and CTDEEP RSR requirements.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.Firm’s ability to provide binding rates for personnel labor and equipment and to certify cost and pricing data (via an approved accounting system) in compliance with FAR 52.215-20.Any advice you would give the Government in planning for the procurement of the contract and for construction execution.Responses should be limited to a pdf file that shall not exceed thirty 8.5x11 pages (not including cover sheet); 11x17 pages (count as two pages) can be used for the project overviews. Responses are due by February 7, 2022.  Responses should be emailed to Contract Specialist Ben Hoell at Benjamin.G.Hoell@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 considered to 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

Durham ,
 CT  06422  USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 562910Remediation Services
pscCode F999Other Environmental Services, Studies, and Analytical Support