Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2025 SAM #8774
SOURCES SOUGHT

Y -- Nelson Tunnel Repair, ISS-EPA, Mineral County, CO

Notice Date
12/2/2025 1:29:47 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F26SM006
 
Response Due
12/22/2025 10:00:00 AM
 
Archive Date
01/06/2026
 
Point of Contact
Sam McGuffey, Phone: 402-995-2077, Jeffrey Wyant, Phone: 4029952071
 
E-Mail Address
sam.k.mcguffey@usace.army.mil, jeffrey.w.wyant@usace.army.mil
(sam.k.mcguffey@usace.army.mil, jeffrey.w.wyant@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Notice Details. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Omaha District (CENWO) has been tasked to identify interest in a Construction Contract for services in support of EPA Region 8 activities for the Nelson Tunnel/Commodore Waste Rock Superfund Site. Responses to this Sources Sought announcement will be used by the Government to determine the appropriate level of small business participation and to develop the acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Veteran Owned (VOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). All interested parties are highly encouraged to respond. 3. Site Description. The Site is located in the San Juan Mountains in south central Colorado, one mile north and nearly 400 vertical feet above of the town of Creede in Mineral County, Colorado. The Site consists of the abandoned Nelson Tunnel, which drains directly into West Willow Creek, and the Commodore Waste Rock Pile. The Site is approximately 9,175 feet above sea level in a canyon with steep, nearly vertical walls reaching roughly 10,600 feet. The Nelson Tunnel/Commodore Waste Rock Site is located within the Commodore Mine complex. This complex includes a number of separate mines, with workings along the Amethyst Vein system. The Nelson Tunnel was constructed in three parts, the Nelson, the Wooster, and the Humphries (referred to collectively as the Nelson Tunnel), starting in the 1890s as a means to efficiently remove ore from the various mines along the Amethyst Vein system. Eventually, Nelson Tunnel was extended a total of 13,100 feet. The Nelson Tunnel provided both haulage and drainage for mines in the Amethyst Vein system. The Commodore 5 level adit was drilled approximately 45 feet above the Nelson Tunnel system to access the same mines. The two adits are connected by vertical mine structures (winzes, raises, and shafts) and were constructed with different slopes such that the adits become closer in elevation further back in the earth. Mining activities continued in the Nelson and Commodore 5 level workings until 1976. Inspections and data collected by the Colorado Division of Reclamation, Mining, and Safety (DRMS) starting in 2002 indicate a series of natural impoundments (collapses) in the Nelson Tunnel resulting in formation of three mine pools. Studies indicate that groundwater enters the Commodore Mine complex workings via faults and fractures in bedrock. In addition, surface water is suspected or known to be entering mine shafts at various locations. The Nelson Tunnel discharges mine-impacted water directly to the West Willow Creek, which then flows into Willow Creek and then the Rio Grande River downstream. 4. Project Scope. CENWO intends to acquire Construction Services for The Nelson Tunnel/Commodore Waste Rock Site (Nelson Tunnel Site or Site). The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work. The Government reserves the right to update this information as project planning documentation is published and updated. The information below represents the most current information available and will be superseded upon the publication of the preliminary planning information which will be provided by the Government in the subsequent synopsis and request for SF 30�s: Nelson Tunnel, the focus of the remedial action (RA), consists of an abandoned underground hard rock mine and drainage tunnel approximately 11,000 feet in length with several shafts, cross-cuts and drifts branching off the main tunnel. The remedial action objective of the RA is to reduce the likelihood of a large, uncontrolled release of mine-impacted water from mine pools impounded within the Nelson Tunnel. The selected alternative for the Nelson Tunnel interim Record of Decision (IROD) is to construct a bypass adit that connects into Nelson Tunnel at a sufficient distance from the surface to allow for installation of a flow-through hydraulic bulkhead within Nelson Tunnel. Preliminary planning is currently being performed to collect requisite information and better identify the requirements and details of this project. Drive New Adit to Intersect Nelson Tunnel, Tunnel Rehabilitation, Install Bulkhead in Nelson Tunnel and Flow-Control Structure in Commodore 5 Level and includes the following remedial components: � Installation of a new adit south of Nelson Tunnel, to bypass the Nelson Tunnel Portal Pool � Rehabilitation of Nelson Tunnel from the bypass adit connection to the location where bulkhead construction is planned � Installation of a flow control bulkhead in Nelson Tunnel to protect against a sudden uncontrolled release through Nelson Tunnel. � Installation of an accessible bulkhead flow control structure in the Commodore 5 level to protect against a sudden uncontrolled release through this level. Estimated Construction Cost (ECC): The current ECC is approximately $10,000,000.00 - $25,000,000.00. Ref. DFARS 236.204 Disclosure of Magnitude. 5. Minimum Technically Acceptable Contractor Expertise Criteria: In preparation of interested party responses firms should consider the following requirements and include: (1) Firm name, address, point of contact, phone number, and e-mail address. (2) Firm Unique Entity Identifier (UEI) and CAGE Code. (3) Firm business size in relation to NAICS code 237990 � Other Heavy and Civil Engineering Construction, both Other Than Small Businesses and Small Businesses which have a small business size standard of $45,000,000. (4) Identify location in which your company normally performs work and also identify location in which your company would be likely to compete for work under this requirement. (5) Experience: Provide any information you believe would assist the Government in understanding the capabilities, competence, and history in performing similar services to the Government. Examples include, capability statements, project portfolios, corporate advertisements, historical records, etc. Please provide details of the submissions such as, NAICS codes used, customer point of contact and contact information, dates, durations, and project values. Has your company previously provided remedial action construction services related to tunnel implementation remediation under NAICS 562910 with successful outcomes? If so, please describe the construction elements of projects performed. Experience construction of new adits and/or flow-through bulkhead structures at Hardrock mine sites. Experience conducting a variety of treatability studies at hardrock mining sites with a focus on those applications requested in the Statement of Work. Experience completing subsurface visualization of underground mine workings at Hardrock mining sites. Experience overseeing underground construction work at Hardrock mine sites. Provide examples of experience and professional qualifications IAW SPEC SECTION 31 23 00.00 TUNNEL EXCAVATION � BLASTING, EM 385 1-1, MSHA, HAZWOPER, CONFINED SPACE, (6) Has your company previously been awarded a Cost Reimbursable (as defined by FAR Part 16, Subpart 16.3) contract by the Department of Defense? Over the past five years, approximately what percentage (1-20%, 21-40%, 41-60%, 61-80%, 81-100%, None) of your company�s contracts have been Cost Reimbursable (as defined in FAR Part 16, Subpart 16.3). (7) Has your company�s accounting system been audited by DCAA and/or has your company�s accounting system been determined to be acceptable by DCAA/DCMA as part of a pre-award survey or other method within the last three years from the date of your response to this submission? (8) Provide one (1) example project that meets all of the criteria below, of the below three (3) example projects that reflects firm�s capability to perform a contract similar in scope and complexity to this requirement, and meets the criteria below. All projects should be complete or substantially complete. At least one example project showing your firm has successfully worked on a cost reimbursable contract. The North American Industrial Classification Code (NAICS) for this requirement is: 237990, �Other Heavy and Civil Engineering Construction�. 6. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � Nelson Tunnel contract. Please email to Sam McGuffey at sam.k.mcguffey@usace.army.mil and Jeff Wyant at jeffrey.w.wyant@usace.army.mil. All responses must be received by 22 December 2025 at 12:00 PM CST. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. Interested parties� responses to this Sources Sought shall be limited to eleven (11) pages total and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and UEI number. b. Firm's business category and size to include any official teaming arrangements as a partnership or joint venture. The categories include Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Business, 8(a) firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide a maximum of three project examples, similar in size, scope and complexity to the work described in this notice. Provide details of the project(s) including the scope, contract number if available, the project�s final price, start and end dates of the construction work, complexity of the job, and small business participation, if applicable. Additionally, identify whether you were the Prime or a Subcontractor on the project. Finally, please provide any project references including owner with phone number and email address. This ensures clarity and brevity in the analysis process. The Government may verify information in CPARS or PPIRS. Firms should demonstrate through references, project lists, or reports, they possess experience as it relates to this project, each no more than 8 (8) pages, including any graphics and cover page, will be accepted for review. d. The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the firm's past experience and past performance factors. Firms should address within the content limitations above, the extent of small business participation in the projects submitted. 7. Disclaimer and Important Notes. a. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a formal synopsis, requesting SF 330�s may be published on Beta.SAM.gov. However, responses to this notice will not be considered adequate responses to a formal synopsis. b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the source selection process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/05f12c14953e4fd2a94ac0b3f30a2252/view)
 
Place of Performance
Address: Creede, CO 81130, USA
Zip Code: 81130
Country: USA
 
Record
SN07655714-F 20251204/251202230043 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.