|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247USDA, Forest Service, Region 1, Procurement and Property, P.O. Box
7669, Missoula, MT 59807 C -- NEW WORLD MINING DISTRICT -- RESPONSE/RESTORATION PROJECT SOL
R1-99-13 DUE 011599 POC For additional information contact Contracting
Officer, Selena Bartels at (406) 329-3229. E-MAIL: USDA Forest
Service, Region 1, Procurement & Property, lband/r1@fs.fed.us. The USDA
Forest Service, Region 1, intends to procure professional services to
provide the following activities: Completion of various evaluations,
studies, reports and response actions as specified in the National
Contingency Plan (NCP) found in 40 CFR 300. Under this activity area,
the Contractor will be requested to complete work in support of
response and restoration actions. Projects will be located at the New
World Mine District, Cooke City, Montana. The work site is in a remote
area. This work will involve historical mine site impact analysis
which includes issues concerning geohydrology, geophysical,
hydrogeology, geochemical, toxicology and surface water at the New
World Mining District (NWMD). Contractor is expected to complete all
needed work from the site investigation phase to development of
construction bid package, construction oversite and post-construction
requirements. All personnel for all activity areas who will physically
work on a site shall be certified as having received, at a minimum,
the 40-hour Hazardous Waste Site Operations training, in compliance
with OSHA Regulation 29 CFR 1910.120. All certifications shall be
current. A Licensed Professional Engineer in the State of Montana shall
be required for EE/CA work, construction design and technical
assistance during construction work phases. Project manager shall be an
experienced, senior level person with at least ten (10) years
experience in mining reclamation, groundwater and surface water
reclamation, and Comprehensive Environmental Response, Compensation and
Liabilities Act actions. Other selection criteria to be evaluated
include: 1. Demonstrated efficiency of their streamlined organization
(mix of core project staff including licenses); 2. Access to various
specialist(s) on an as needed basis; 3. Location of project management
personnel; 4. Knowledge of the New World Mining District and the
geology, hydrogeology and high altitude reclamation concerns; 5.
Specific work experience in high altitude mining reclamation projects;
and 6. Working knowledge of Wyoming and Montana state water quality,
waste disposal and appropriate environmental laws. Projects will be
negotiated prior to starting work and will be on an individual order
basis for the period starting approximately January 30, 1999 through
January 29, 2000, with options to extend the services for up to four
(4) additional 12 month periods. The work will include investigations
and studies in support of response and restoration actions at the New
World Mining District site. The contractor will be expected to be
familiar with all phases of time-critical and non-time critical removal
actions as described in 40 CFR 300. The types of work most likely to be
ordered include the completion of site investigation and
characterization studies, Engineering Evaluation/Cost Analysis (EE/CA),
and construction design and support activities. The contractor will be
expected to perform field sampling to determine the level and extent
of contamination and then, identify contamination pathways and targets
at risk. The contractor is expected to be familiar with EPA protocol,
Quality Assurance/Quality Control (QA/QC) requirements, and other
applicable sampling requirements needed to produce the proper level of
data quality. The contractor will be expected to complete Sampling and
Analysis Plans (SAP) and data quality objectives (DQO's) that will be
reviewed and approved by the Forest Service and EPA. The Contractor
shall assume financial responsibility for re-sampling if data is
unusable because of identified problems with sampling techniques,
handling or shipping problems, sampling requirements (insufficient
sample material collected, inappropriate sample preservation,
inappropriate sample location), laboratory error or laboratory
contamination. The objective of the EE/CA is to present a preferred
response action for a site. The contractor is expected to be familiar
with current technologies suitable for dealing with waste rock dumps,
mill tailings, and other mine-related wastes. In particular, the
contractor is expected to have experience and be familiar with
containment design, modeling of leachate quantities through various
containment designs, and related reclamation practices. We expect the
EE/CAs to be focused documents that evaluate in-depth a limited number
of alternatives. The streamlined risk assessments will include no more
information than is needed to show a risk exists and a response action
is justified. In addition, the contractor needs to be familiar with
Applicable or Relevant and Appropriate Requirements (ARARs) for each
project and how to evaluate whether they need to be considered and
then, if the proposed response action will meet them. The contractor
will be expected to design a response action at a site. This task will
require the contractor to complete engineering plans and
specifications that are suitable for bid advertisement. The contractor
will be expected to complete a Quality Control/Quality Assurance
(QA/QC) plan, if needed, for the construction work. The contractor may
alsobe requested to review bid documents and construction submittals;
and complete a final construction report, post construction monitoring
plan, and an operation and maintenance plan. Tasks associated with this
activity are, on the average, expected to be completed within the
following time frames: Site Characterization Studies -- 3 months;
EE/CAs -- 6 months; Draft without preferred alternative -- 4 months;
Work with Forest Service to develop preferred alternative -- 1 month;
Complete final -- 1 month; Designs completed -- 4 months; Submit 30%
design -- 1 month; Submit 90% design -- 2 months; Submit final design
-- 1 month; and QA/QC plan for construction -- 1 month. However,
specific time frames for these task will be negotiated, and may vary.
The Forest Service will generally return comments to the contractor
within two weeks of receipt of a document. The contractor will be
responsible for incorporating all comments or explaining why a comment
was not incorporated. Other possible tasks could involve work in
support of natural resource damage assessments, removal/remedial site
evaluations, community relations (plans), action memorandums, serving
as an on-site inspector during construction, inventory of suspected
CERCLA sites, and other related studies and field work. Time frames for
these tasks will be negotiated. For all work ordered under this
activity, the contractor will be expected to be familiar with affected
and interested State agencies and laws/rules. Also, the contractor is
expected to be familiar with applicable federal laws/regulations and
the latest EPA guidance for any work requested under this activity. The
contractor is expected to attend, participate and possibly give
presentations at internal and public meetings, when requested. A
project safety plan will be submitted for the project and all
appropriate personal protective equipment and safety equipment, as
outlined in the plan, shall be provided. Sampling and Analysis plans
covering the project shall be prepared and submitted for approval.
Generally about 10 copies of documents will be requested. This contract
will be an indefinite quantity contract. There is no solicitation to
request. This solicitation is not set-aside for small business.
Interested firms should submit one (1) copy of Standard Forms (SF) 254
and 255 for the project, referencing the solicitation number listed
above for the project they are responding to. All submissions must be
received by close of business January 15, 1999. Posted 12/18/98
(W-SN281879). (0352) Loren Data Corp. http://www.ld.com (SYN# 0015 19981222\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|