SPECIAL NOTICE
R -- Erie Pier Mine Reclamation Dredge Material Beneficial Use Study,
- Notice Date
- 7/24/2010
- Notice Type
- Special Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Detroit, 477 Michigan Avenue, Detroit, Michigan, 48226, United States
- ZIP Code
- 48226
- Solicitation Number
- W911XK-10-T-0098
- Archive Date
- 10/1/2010
- Point of Contact
- Dean Liguori, Phone: 3132266358
- E-Mail Address
-
dean.liguori@usace.army.mil
(dean.liguori@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army Corps of Engineers; Detroit District intends to solicit on a sole source basis under the authority of FAR 6.302-1 to the University of Minnesota's Natural Resources Research Institute (MNRRI), Duluth, Minnesota.. Only one responsible source and no other supplies or services will satisfy agency requirements. The contract action is to conduct a study of the beneficial uses of dredged material from Erie Pier Confined Disposal Facility for the U.S. Army Corps of Engineers Detroit District (LRE). This is a request for sole source procurement from MNRRI. The NRRI has expertise in rail transportation logistics. MNRRI have cost analysis and GIS capabilities. They have knowledge and experience monitoring and controlling the invasive species, Purple Loosestrife as well as the laboratories equipped to perform microwave testing. They have plant biologist and soil scientist on staff. The MNRRI have a good working relationship with the Minnesota Department of Natural Resources, several railroad companies as well as the Minnesota Department of Transportation. MNRRI also has knowledge of the mining industry in the project vicinity. Description of Service: Work will consist of (1) cost and feasibility analysis, (2) material transport demonstration, (3) microwave technology evaluation, and (4) vegetation monitoring and testing. Details or each phase is shown below: Phase 1 Cost and Feasibility Analysis : Identify a minimum of five industrial or commercial properties within a 100 mile of the Erie Pier confined disposal facility (CDF) in Duluth, MN interested in receiving at least 10,000 cubic yards of fine grained dredged material from Erie Pier CDF. Prepare a cost and feasibility analysis for transporting the material from Erie Pier to each property utilizing commercial rail infrastructure. P hase 2 Material Transport Demonstration : Upon completion of Phase 1, the Detroit District will choose up to three of the identified properties to receive material as part of the material demonstration project. The material transport demonstration shall include the movement of 500 cubic yards of material from Erie Pier to each property. This demonstration shall include screening, loading and transporting the material via commercial rail infrastructure. All permits (including the Minnesota Department of Natural Resources Invasive Species Transport Permit) and real estate agreements must be provided to the Detroit District. Phase 3 Microwave Technology Evaluation : The effectiveness of treating Purple Loosestrife seeds contained in fine grained dredged material using microwave technology shall be evaluated. Tests shall be conducted using Erie Pier dredged material known to contain purple loosestrife seeds, and shall analyze the effectiveness of using microwave technology. Upon completion of the test a report summarizing the results and recommendations will be prepared. Phase 4 Vegetation Monitoring : The growth of vegetation in placed material of Phase 2 and material previously placed at US Steel Keetec, Keewatin, MN shall be monitored for a minimum of one year with an optional extension of two additional years. Vegetation monitoring reports shall be submitted semi-annually and shall include analysis of the vegetation's health and vigor, the status of Purple Loosestrife, and ongoing vegetation management practices by property owners. The Government intends to negotiate a firm-fixed price contract on a sole source basis. Interested parties may identify their interest and capabilities to perform the requirements in writing to the identified point of contact no later than 11:00 hrs Eastern Time Zone on 3 Aug 2010. Your response must demonstrate your firms capabilities, and experience. These will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort with full and open competition, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. No RFP will be issued based upon this Notice of Intent. Interested parties may submit any information for consideration by the government to: LRE-Quotes@usace.army.mil with W911XK-10-T-0098 referenced in the subject line. The estimated dollar value of this procurement is between $100K to $250K.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK-10-T-0098/listing.html)
- Place of Performance
- Address: Duluth, Minnesota, United States
- Record
- SN02216921-W 20100726/100724233216-bb0b41eca79c71389c97959d1fa32545 (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 |