MODIFICATION
R -- Parkview Well Site - OU2
- Notice Date
- 3/4/2010
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- PLMG/RFMB/AAMS 901 North 5th Street Kansas City, KS 66101
- ZIP Code
- 66101
- Solicitation Number
- PR-R7-10-10147
- Archive Date
- 7/1/2010
- Point of Contact
- Leeanna Wilder, Phone: 913-551-7161
- E-Mail Address
-
wilder.leeanna@epa.gov
(wilder.leeanna@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pre-Solicitation Notice - NAIC code 562910 for procurement of environmental remediation services at the Parkview Well Site - Operation Unit #02 (OU2) in Grand Island, NE. This site consists of an aquifer contaminated with industrial chemicals, primarily cholorinated volatile organics. Depth to groundwater at the site ranges from approximately 7 to 15 feet below ground surface (bgs) with a maximum saturated thickness to approximately 90 feet bgs. The objective of this contract is to attain remedial action objective cleanup levels defined in the Record of Decision (ROD) as the maximum contaminant levels (MCLs) or preliminary remedial goals (PRGs) for site chemicals of concern (COCs); PCE (5 micrograms per liter [ug/1]), 1, 1-DCE (7 ug/l), 1, 1, 1-TCA (200ug/l), 1, 1-DCA (2.0 ug/l - site-specific PRG), and 1,4-Dioxane (6.1 ug/l). The selected remedy for this site is in-situ chemical oxidation using sodium persulfate and direct push methods for deployment. This contract will provide for multiple rounds of chemical injections at numerous locations both onsite and offsite along the plume until cleanup levels are attained. The contractor shall be required to comply with all applicable federal, state, and local laws and regulations. Remediatin shall be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability act (CERCLA), as amended by the Superfund Amendments and Reauthorization Act (SARA), and National Contigency Plan (NCP) requirements. EPA anticipates issuing a fixed price performance based contract with option years for this requirement. The estimated dollar value for this contract ranges from $5 to $7 million if all options years are excercised. The IFB is anticipated to be issued on or about February 25, 2010 and will be a total small business set-aside. THE IFB AND AMENDMENTS WILL BE POSTED AT: http:// www.epa.gov/oam/regions/index.htm#solam
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/PR-R7-10-10147/listing.html)
- Place of Performance
- Address: Grand Island, NE
- Zip Code: 68801
- Zip Code: 68801
- Record
- SN02082886-W 20100306/100304234625-113376335fff5360cd2be4c0b0bdf3d0 (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 |