Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2010 FBO #3067
SOURCES SOUGHT

Y -- RECOVERY--Y--The Jack Waite Mine Site Remedial Action and Reclamation Project located at the Jack Waite Mine Site, in Shoshone County, Idaho, approximately 10 miles east of Eagle, Idaho in the Coeur D lene National Forest.

Notice Date
4/16/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW10R0050
 
Response Due
4/27/2010
 
Archive Date
6/26/2010
 
Point of Contact
Renee R Heerhartz, 206-764-3478
 
E-Mail Address
USACE District, Seattle
(renee.r.heerhartz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): N/A General Notice: The purpose of this notice is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U. S. Army Corps of Engineers, Seattle District, request capability statement from business concerning the potential project described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. For Technical questions, please contact Renee R. Heerhartz, Contract Specialist, 206-764-3478 or email: renee.r.heerhartz@usace.army.mil. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on 27 April 2010. The responses should be forwarded to the attention of Renee Heerhartz, Contract Specialist to Seattle District Corps of Engineers, Attn: CECT-NWS-C Attn: Renee Heerhartz, 4735 East Marginal Way South, Seattle, WA 98134-2388. Only HARD COPIES accepted. PROJECT LOCATION AND DESCRIPTION: The Jack Waite Mine Site Remedial Action and Reclamation Project for Tailings Piles (TP) 1 and 2, Mill Site, Rail Line and Tributary Creek (the Site) is located at the Jack Waite Mine Site, in Shoshone County, Idaho, approximately 10 miles east of Eagle, Idaho in the Coeur D'Alene National Forest. The Site includes three mining tailings impoundment piles, a borrow area, and several areas of discarded tailings and debris along a mill site, rail line, and two creeks. The project will primarily consist of: excavation, screening, amendment, and stockpiling of overburden material from the borrow area (approx. 60,000 - 80,000 BCY); excavation, hauling, and consolidation of tailings and waste rock from TP1, TP2, the Rail Line, the Mill Site, and the two creeks with delivery to the Borrow Area or TP3 (approx. 150,000 - 200,000 BCY); Installation of surface water run-on, run-off, erosion controls, and hydroseeding at TP3 and the Borrow Area; Restoration of the Mill Site and rail line areas; Rehabilitation of TP1, TP2 and the creeks; and an option for either a permanent (2 inches) soil cover (approx. 48,000 BCY) or a temporary (6 inches) soil cover (approx. 13,000 BCY) for TP3 and the Borrow Area. Elevations in the area range from approximately 6,000 feet (ft) at the Idaho-Montana border to approximately 3,000 ft in the valley bottom near Eagle, Idaho. The mining site and the surrounding areas are mountainous and heavily forested. Due to remoteness of the site, and weather conditions (e.g. annual snowfall), the construction season is limited to approximately early July through mid-November. This project is partially funded with ARRA funds. It is planned for award in early July, with completion targeted for mid-November. EXPERIENCE AND CAPABILITY REQUIRED: Experience: The contractor should have experience working on mining site remedial actions, in remote site locations using site camps, and within a limited construction season. Relevant experience with US Forest Service BMPs and erosion control. Relevant experience with CERCLA/Superfund projects. Capability Statement should include a narrative reflecting your ability to complete projects of similar nature (remote mountainous and heavily forested areas). Magnitude of construction is estimated to be between: $5,000,000 to $10,000,000 The intent of this Sources Sought is to research qualified firms with a primary North American Industrial Classification System (NAICS) code of 237990, which has a size standard of $20 million for a potential acquisition. In accordance with FAR Subpart 19.10 -- Small Business Competitiveness Demonstration Program the government is considering issuing this solicitation as unrestricted since the NAICS code 237900 is a designated industry groups under this section. In accordance with FAR 19.1007 paragraph (b) (2) Acquisitions in the designated industry groups must continue to be considered for placement under the 8(a) Program (see Subpart 19.8) and the HUBZone Program (see Subpart 19.13),and the Service-Disabled Veteran-Owned Small Business Procurement Program (see Subpart 19.14). Based on this interested contractors are asked to provide information on their small business status. The requirement for the submission of both performance and payment bonds, in an amount equivalent to 100% of the award price shall be applicable. Therefore, the successful firm shall have the capability to acquire such bonding. Interested firms should submit to the point of contact listed below, with the following information regarding their company. 1. Company Name, Address and Point of Contact including email address 2. Small Business status (if applicable) 3. Evidence of bonding capability 4. Relevant work experience with similar projects.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW10R0050/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02124838-W 20100418/100416235845-86a1576332ea3ef0816e98abb358047c (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.