MODIFICATION
Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Remedial Action Contract for New Bedford Harbor Superfund Site
- Notice Date
- 12/20/2013
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-14-R-0003
- Response Due
- 2/3/2014
- Archive Date
- 3/5/2014
- Point of Contact
- Elandria M. Cameron, 9783188051
- E-Mail Address
-
USACE District, New England
(elandria.m.cameron@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The New England District is acquiring an Indefinite Delivery/Indefinite Quantity (IDIQ) Remedial Action Contract to support the District's work for United States Environmental Protection Agency (USEPA) in the execution of the Superfund cleanup of New Bedford Harbor. The Request for Proposal will be solicited under full and open competition and unrestricted to business size; per FAR subpart 19.704 all large businesses will be required to submit a small business sub-contracting plan. The Total Acquisition Value (TAV) of the contract awarded under this solicitation will not exceed $350M and will have a 10-year ordering period with a 3-year base period, two 2-year option periods and three 1-year option periods. The work will be performed primarily at the New Bedford Harbor site, although the contract will allow for work at other sites requiring these services within the mission areas of the North Atlantic Division. The awarded contract will include cost reimbursable task orders. This will be a performance-based procurement. Specific outcomes will be defined in each negotiated task order. Task orders will be awarded up to the maximum capacity of $350,000,000.00. There is no limit of the number of Task Order(s) that may be executed, but in no case shall the sum of all Task Order(s) executed exceed $350,000,000.00. The Government is obligated to satisfy a minimum guaranteed amount of not less than $200,000.00 over the base period of the contract. The primary work involves dredging, de-sanding dewatering, and disposal of sediments contaminated with PCBs. Other requirements include the operation of a water treatment facility, technical support including evaluations, cost analysis, studies, investigations, and other remedial actions as necessary. The remedial action at the New Bedford Harbor Superfund Site (NBHSS) is expected to take less than 10 years to complete based on the current annual funding levels. NBHSS operations are unique in both their complexity and scale. Highly contaminated sediment is precisely dredged and pumped in slurry through de-sanding, dewatering and treatment processes with the end product being clean water and dry filter cake that is then shipped to an offsite disposal facility. Strict cleanup criteria will need to be achieved by the RAC contractor in accordance with the criteria established in 1998 Record of Decision (ROD). There are very few projects in the country that present the challenges faced by the contractor working in New Bedford. The work under the solicitation involves providing all labor, equipment, materials, program/project/ construction management and engineering required to perform remediation of PCB contaminated sediment from the Acushnet River in New Bedford, Massachusetts. Remediation will be performed in accordance with the 1998 ROD and the four Explanation of Significant Difference (ESD). This work includes sediment removal to cleanup levels, treatment and handling of the sediment and by products of processing of the sediment, transportation and disposal of contaminated material, maintenance, monitoring, and closure of Cell 1 (pilot CDF/Dredge Disposal Area), and monitoring of pilot cap area in the outer harbor. The work also includes remediation of wetlands and mudflat areas of the Acushnet River estuary. Proposed PCB disposal also includes construction of Confined Aquatic Disposal (CAD) cells to receive up to 300,000 cubic yards of untreated dredge material and will be performed under a separate contract. The work performed under this solicitation may include disposal of some contaminated material in the constructed CAD cell. As part of the remediation activities, a rigorous environmental monitoring program of air and water contamination will be implemented. Results from the environmental monitoring program are used to ensure compliance with performance standards and may be used in contamination modeling applications. Please note this is not a request for proposals at this time, the solicitation requirements and contract documents to include instructions for submission and the response date will be available on or about January 13, 2014. Neither telephonic, mailed nor faxed requests for hard copies of the solicitation will be accepted. The solicitation will only be available online; in order to download the solicitation offerors must access the Federal Business Opportunities website (www.fbo.gov). All responsible sources may submit a proposal which shall be considered by the New England District. Additional questions may be emailed to the Contract Specialist at elandria.m.cameron@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-14-R-0003/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN03256588-W 20131222/131220235807-7f27b8310fcbedb510801363883a72f8 (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 |