Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOURCES SOUGHT

Y -- Watson Johnson Landfill Cap Project

Notice Date
12/30/2014
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-15-WATSON
 
Point of Contact
Edward A. Boddie, Phone: 2156566786
 
E-Mail Address
edward.a.boddie@usace.army.mil
(edward.a.boddie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: The U.S. Army Corps of Engineers, Philadelphia District, anticipates a project for remedial action at the Watson Johnson Landfill (WJL) located at 680 East Pumping Station Road, Quakertown, PA 18951. The remedial action at the WJL site generally includes installation of a 21.4-acre multi-layer landfill cap. The Contractor shall be responsible for ensuring that sufficient equipment, labor, supervision, and materials, including health and safety and quality control provisions, are supplied to execute all work activities for final acceptance by the Government. The major items of work to be performed under this contract include, but are not limited to: • Preparation and submittal of required site operational plans including, but not limited to, a Safety and Health and Emergency Response Plan, Contractor Quality Control Plan, Environmental Control Plan, Traffic Plans, Contractor's Construction Operations Plan, Site Security Plan. • Mobilization and Demobilization • Site preparation including, but not limited to: setup and operation of temporary construction facilities and staging areas; setup of site security including temporary fencing and warning signs and gates; setup of decontamination facilities, and construction of a stabilized entrance and site access road. • Development, implementation, and maintenance of erosion and sediment control measures. • Clearing and grubbing. • Selective excavation, regrading of site, and monitoring well modifications. • Regrading of areas outside the limits of the cap, final grading; topsoil replacement; vegetative cover; and placement of stabilization matting. • Installation of landfill gas vents. • Placement of an engineered, 21.4-acre multi-layer cap including, but not limited to: placement of a foundation fill layer; placement of a gas venting layer; placement of a geomembrane layer (smooth and textured); placement of a geocomposite drainage layer; placement of a final cover layer, topsoil, vegetative cover and stabilization matting; and insulation of cap and perimeter drains. • Installation of stormwater controls including swales, rip rap, stone, check dams, and associated structures to control stormwater. • Site restoration including wetlands, landscaping, fencing and project closeout. • Award of this contract is subject to the availability of funds. Contract duration is approximately eighteen (18) months. The anticipated contract will not exceed $10 Million Dollars. The contract will be firm fixed priced. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 562910 and the size standard is $20.5 million. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Narratives shall be no longer than eight (8) pages. Responses should be sent to Schon Zwakman (Schon.M.Zwakman@usace.army.mil) and Edward A. Boddie (Edward.A.Boddie@usace.army.mil) via email on or before January 2, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-WATSON/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107-3390, United States
Zip Code: 19107-3390
 
Record
SN03606357-W 20150101/141230234205-cbaffcfb5ef4fe23e4699dfe495a88c6 (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.