Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247

USDA, 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