Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2009 FBO #2764
SOURCES SOUGHT

F -- RECOVERY--F--Sole Source Enviornmental Remedial Action Services

Notice Date
6/19/2009
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ09R3007
 
Response Due
7/7/2009
 
Archive Date
9/5/2009
 
Point of Contact
Heather Morrow, 8163893320<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(heather.n.morrow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: Announcement of Intent to Award Sole-Source Remedial Action Services to Sevenson Environmental Services, Inc., for the Cornell Dubilier Electronics, Inc., Superfund Site, South Plainfield, Middlesex County, New Jersey This is a Sources Sought announcement with the intent to award a sole-source contract to Sevenson Environmental Services, Inc., under the authority of the Federal Acquisition Regulations, Part 6.302. In providing support for the United States Environmental Protection Agency, the United States Army Corps of Engineers, Kansas City District intends to issue a sole source, site specific contract for completing the remedial action associated with Operable Unit 2 (OU2) of the Cornell Dubilier Electronics, Inc. (CDE) Superfund Site (the Site). The original task order for work at the Site was competed among four firms on the Pre-placed remedial action contract (PRAC), which is a small business set-aside, multiple award task order contract. The four firms under the PRAC were selected through a formal competitive procurement process. Award of the OU2 CDE work was made by Kansas City District to Sevenson Environmental Services, Inc., under contract W912DQ-04-D-0023, Task Order 0011. Work under OU2 consists of completing a CERCLA remedial action involving the excavation and subsequent onsite treatment of contaminated soils through low temperature thermal desorption (LTTD) technology in accordance with the Record of Decision and the Remedial Design for the Site. Work awarded to date under W912DQ-04-D-0023, Task Order 0011 consists of work plan preparation, subcontractor consent package preparation and approvals, air permitting activities for the LTTD unit, soil erosion and sediment control certification activities, wastewater discharge permitting activities, mobilization and maintenance of temporary facilities, mobilization of an LTTD unit, securing utility clearances and utility connections, characterization sampling and waste profiling, excavation of soils, and other general conditions associated with Site remediation. Due to overall capacity shortfalls on contract W912DQ-04-D-0023, the Kansas City District intends to issue a sole source, site-specific contract for logical follow-on work in order to complete the remedial action associated with contaminated soils and site restoration activities for OU2. The North American Industry Classification System (NAICS) code for the work and services described herein is 562910. Requirements for this remedy include excavation of contaminated soil containing polychlorinated biphenyls (PCBs) at concentrations greater than 500 mg/kg and contaminated soils that exceed New Jersey's impact to Groundwater Soil Cleanup Criteria (IGWSCC) for contaminants other than PCBs. Onsite treatment of excavated soil amenable to treatment LTTD technology is required. Excavated areas are to be backfilled with treated soils and supplemented as necessary with clean backfill. Contaminated soils and debris not suitable for on-site LTTD treatment will be transported offsite for disposal, and where necessary treated offsite prior to disposal. Site restoration includes installation of a multi-layer cap or hardscape, installation of engineering controls and other property restoration activities. Attached to this Source Sought are the plans and specifications that fully describe the projects requirements. A critical component of the project is the contractor furnished and operated LTTD unit. The LTTD unit will be equipped with desorption chambers, an air pollution control system, a control room, a material handling system and all necessary incidentals required for a complete temporary onsite treatment system. The LTTD unit requires a nominal throughput capacity of 18 tons per hour. The remedy does not allow for an incinerator or direct-fired system. The Government is currently in the process of gaining local and state regulatory permit equivalencies and approvals required to execute the work. This includes an NJDEP Air Quality Permit Equivalency, in accordance with NJAC 7:27-8. The Governments current contractor will have an NJDEP Air Quality Permit Equivalency approved by the State on or before September 2009. The Government is also pursuing a soil erosion and sediment control plan certification in accordance with the requirements of the Freehold Soil Conservation District, and an indirect discharge permit equivalency with the Middlesex County Utilities Authority to discharge pretreated wastewater into the local POTW (Publically Owned Treatment Works). Subcontractor procurement has been completed for the air permit equivalency, mobilization of the LTTD unit to the Site, system performance testing, and full-scale Operation and Maintenance (O&M), land surveying services, analytical laboratory services, asphalt paving services, aggregate and backfill material supplier, electrical services, plumbing services, site security services, perimeter air monitoring services, and site office trailers and temporary material handling structures. The following workplans have been completed and approved, or are in the process of being approved: Site Health and Safety Plan, Air Monitoring Plan, Soil Erosion and Sediment Control Plan, Sampling and Analysis Plan, Contractor Quality Control Plan, Site Security Plan, Temporary Site facilities Layout Plan, Excavation and Material Handling Plan, Waste Management Plan, Lead Compliance Plan, Housekeeping Plan, and Quality of Life Engineering Plan. With regard to scheduling with the incumbent contractor: The Government intends to complete the LTTD unit mobilization on or before October 2009. Completion of the LTTD system performance testing will be achieved by October 2009, with full-scale system Operation and Maintenance from October 2009 to January 2011. It is the Governments intent to achieve completion of the remedial action for OU2 by September 2011. The Governments intent of issuing a site-specific sole source contract for logical follow-on work is based on the avoidance of duplication of costs, on the concerns regarding substantial project delays, and on the potential for loss of the earned value of work performed to date under the current task order. THIS IS NOT A REQUEST FOR PROPOSALS OR QUOTATIONS. However, firms interested in submitting their capabilities to execute this project may submit information for consideration by the Government (as described below). A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Any information received will be considered for the purposes of determining whether to conduct a competitive procurement and will become a part of the market research for this acquisition. Firms intending to provide submittals in response to this Sources Sought must submit detailed information indicating their ability to meet the Governments requirements. Any offeror responding to this notice must show a viable method to mobilize a low temperature thermal desorption unit to the site per the requirements of the remedial design and complete applicable local and state regulatory permit equivalencies and approvals including the New Jersey Department of Environmental Protection Air Quality Permit Equivalency, in accordance with New Jersey Administrative Code 7:27-8, in accordance with the Governments schedule (as described above). Potential sources are requested to submit a capability statement that addresses the following key areas: 1.CAPABILITY: Potential sources must provide information describing their ability to meet project requirements and the schedule outlined previously in this sources sought request. The potential source must identify a reasonable and achievable schedule for subcontract procurement including reasonable review times for Government review and consent, development and approval of the permit equivalencies including reasonable review times by the Government and by NJDEP, development and approval of project workplans with reasonable Government review timeframes, a schedule for fabrication and mobilization for an LTTD unit, a demonstration of the ability to complete performance testing and a demonstration of the ability to perform O&M in order to successfully treat onsite soils. If the potential source believes it can self perform the LTTD treatment, information regarding the current location of its LTTD unit should be provided. This information should also include any modifications needed to meet the plans and specifications and a schedule for mobilization of the LTTD unit to the site. 2.BUSINESS SIZE: Potential sources shall identify if they are a large, small, 8(a) program participants, small dis-advantaged certified, HUB-zone certified, woman or veteran-owned businesses. 3.COST: Potential sources are requested to provide estimated costs to fully mobilize and commence work on the project site, provide an estimated unit cost for the transportation and disposal of soils on site, provide an estimated unit cost for the disposal of soils off-site, provide an estimated unit cost for processing materials through the LTTD unit, and an estimated cost for demobilization. 4.TIME: Potential sources are to provide the time required to fully mobilize to the project site, processing rate for the proposed LTTD unit (tons per hour), time to obtain permit equivalencies, time for performance testing of the system, and time until initiation of the full-scale treatment process can begin. If additional technical information is needed, please contact Heather Morrow at 816-389-3320. Response to this announcement shall be via email to Heather.N.Morrow@usace.army.mil. Responses via fax will NOT be accepted. Contacting Office Address: US Army Engineer District, Kansas City, 601 E 12th Street Kansas City, MO 64106 Interested firms have until Monday, July 7, 2009, at 2:00 p.m. Kansas City time to provide their full submittal packages to Heather.N.Morrow@usace.army.mil. At the Governments discretion, this Sources Sought announcement may be extended until August 3, 2009 at 2:00 p.m. A notice to this effect will be published prior to the July 7, 2009 closing date. If a firm requires additional time please contact Heather.N.Morrow@usace.army.mil no later than July 6, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ09R3007/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CECT-NWK-CT-H, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01850285-W 20090621/090619235140-fbe1833a49bba3ecbd9e47f07e3cde14 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.