Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2019 FBO #6521
MODIFICATION

Z -- Luckey Remediation Services

Notice Date
10/1/2019
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-19-S-0001
 
Point of Contact
Jeffrey G. Ernest, Phone: 7168794173
 
E-Mail Address
jeffrey.g.ernest@usace.army.mil
(jeffrey.g.ernest@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of firms to perform remediation activities and all required support (i.e. construction and site maintenance) at the Formerly Utilized Sites Remedial Action Program (FUSRAP) Luckey Site near the Village of Luckey, Wood County, OH. NO AWARD will be made from this Sources Sought. NO SOLICITATION OR SCOPE OF WORK IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skills and capabilities necessary to perform the described project are invited to provide feedback via email to Jeffrey.G.Ernest@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. We encourage all firms to respond, including but not limited to, HUB Zone, 8(a), SDVOSB, Small and Large Business. The NAICS Code is 562910. The small business size is 750 employees. USACE anticipates issuing a Cost Plus Fixed Fee Contract (some fixed price line items may be included). It is anticipated the contract will have a period of performance up to 10 years (including options). Total project magnitude is estimated at $100-$250 million. Anticipate releasing the RFP in 2020 with a contract award in 2021. 1. SITE DESCRIPTION The Luckey site is located at the corner of Gilbert and Luckey Roads at 21200 Luckey Road, northwest of the Village of Luckey in Wood County, Ohio. The Village of Luckey is 22 miles southwest of Toledo, Ohio. The site encompasses approximately 40 acres and contains a large production building and warehouse, two abandoned rail spurs, and several smaller process and support buildings. The surrounding area west, north, and east of the site is primarily residential farmland. The site was used for beryllium processing in support of the national defense program from 1949 to 1961. Beryl ore (beryllium aluminum silicate); scrap beryllium; and radiologically contaminated scrap metal were brought to the site during this period. Records also indicate that beryllium scrap from other operations was sent to the site that might have been radiologically contaminated. In 1961 the General Services Administration sold the site to a privately owned company with the government retaining access rights in order to remove any remaining beryllium ore. The property changed ownership several times since 1961 and the most recent transaction involved sale of the property from Hayes Lemmerz International, Inc. (HLI) to Industrial Properties Recovery, LLC (IPR). The site / facilities are not currently being used. The Luckey site is included in the FUSRAP. Contaminants of concern include beryllium, lead, radium-226, thorium-230, uranium-234, and uranium-238 in soils, sediments, fill materials, other miscellaneous debris, and groundwater. Remediation services are currently being performed on site by North Wind Portage.   2. PROJECT DESCRIPTION The work and services will consist of environmental remediation and support for the U.S. Army Corps of Engineers (USACE), Buffalo, New York District. The project involves excavation, transport, and disposal of FUSRAP-contaminated soil, sediment, and materials at a properly licensed facility. Contaminants of concern consist of beryllium, lead, radiun-226, thorium-230, uranium-234, and uranium-238. Additional activities may include, but are not limited to: • Overall site maintenance and security • Project management and construction quality assurance / quality control • Preparation of project work plans and engineering design for USACE approval • Perimeter and site-wide air monitoring • Sampling and analysis of soils/fill, water, industrial hygiene, and contamination control samples • Operation of a DoD ELAP-approved on-site laboratory • Storm water and wastewater management and control • Decommissioning and installation of monitoring wells • Building demolition and debris disposal • Investigations to determine the presence of contamination beneath buildings • Remedial compliance sampling and analysis • Backfilling and restoration of remediated areas • Development, implementation and maintenance of an environmental data management system based on the AFCEE ERPIMS data model for the duration of the project. The data management system must be accessible via a web based GUI. • Supporting USACE during meetings with the public, local officials, and regulators • Site demobilization Material characterization, handling and management will require strict control and accounting. Procedures will need to be developed and implemented to ensure safety at the site and during transportation. 3. ANTICIPATED CONTRACTOR REQUIREMENTS Offerors must have knowledge and experience in: • Beryllium worker health and safety training requirements; beryllium environmental health and safety monitoring; and beryllium medical surveillance requirements • Health physics and radiation safety training and monitoring • Environmental response actions associated with investigation, design, removal, and construction activities mandated by FUSRAP • Large scale construction remediation to include shoring, dewatering, on-site water treatment, excavation and handling of soils/fill impacted with beryllium, lead, and radionuclides • Transportation and disposal of beryllium, lead, and radiologically contaminated material • Management, staffing, and operation of an on-site laboratory • Collection, management, and treatment of water during site activities • Operation and maintenance of air monitoring systems that include a meteorological station and fixed and portable air monitoring systems to provide early detection of potential contaminant emissions • Development, implementation, and maintenance of web based project environmental data management systems • Environmental building demolition and debris disposal • Emergency response / pollution control • Site closure protocols using the Multi-Agency Radiation Survey and Site Investigation Manual (MARSSIM) • Site restoration • Earned Value Management System reporting • Cost Reimbursable contracts with the United States Government 4. CAPABILITY STATEMENT (The submission is limited to 10 pages) • Include a cover letter listing company name, cage code, small business size status (in each socio-economic group). • Offeror's capability to perform a contract of this magnitude (Approximately $30 million annually) and complexity and comparable work (with an emphasis on beryllium) performed within the past 10 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, role in project, and dollar value of the project - provide at least 3 examples • Offeror's capability and experience to control or respond to a release of contamination, particularly beryllium, to the surrounding community • Offeror's experience managing cost-reimbursable contracts of a similar size. 5. BUSINESS SIZE As the size and complexity of this project is significant, the Government is soliciting interest from all business size standards. All interested contractors should notify this office by email or mail by 10:00AM Eastern Time on 11 Oct 2019. Submit response and information to Jeffrey Ernest, Jeffrey.G.Ernest@usace.army.mil. *********** Page limitation has been increased to 15 pages. Potential offerors are welcome to include lessons learned and best practices from previous, similiar acquisitions within the 15 pages. The cover page counts as 1 page.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-19-S-0001/listing.html)
 
Record
SN05464656-W 20191003/191001230544-6be78b28bd130eb3794b39bf23fa073c (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.