SOURCES SOUGHT
F -- Lava Cap Mine Remedial Action at Lava Cap Mine, CA
- Notice Date
- 7/15/2025 10:03:02 AM
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825S0199
- Response Due
- 7/28/2025 10:00:00 AM
- Archive Date
- 08/12/2025
- Point of Contact
- Jennifer Ferrer, Daniel E. Czech
- E-Mail Address
-
Jennifer.L.Ferrer@usace.army.mil, daniel.e.czech@usace.army.mil
(Jennifer.L.Ferrer@usace.army.mil, daniel.e.czech@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Project Description: Lava Cap Mine Remedial Action at Lava Cap Mine, CA The Government is announcing its intent to partially solicit items under this project using brand-name or equal designators for products and components required for the modification of an existing tailings pile to construct a Suspended Passive Treatment System (SPTS). These items, representing less than 5% of the total project cost, have been specified due to unique functionality, durability, or compatibility requirements, all to ensure the SPTS effectively treats mine and tailings discharge to meet the remedial action objectives outlined in the 2004 Record of Decision. This announcement supports a potential sole-source justification IAW DFARS 206.302-1. GENERAL SCOPE: Technical requirements include construction and maintenance of the Onsite Repository, construct a semipassive treatment system, site preparation work, project management, tracking, and reporting of technical, schedule, level of effort, and cost requirements for this TO. The contractor is expected to be proactively involved in the process to allow for the development of the most cost-effective and technically sound approach or solution. The contractor shall perform all work in accordance with Federal, State, and Local statutes and regulations. CAPABILITY STATEMENT Response Requirements The Government is seeking capability statements solely regarding the brand name products (or equals) identified in the attached document. Responses must be limited to ten (10) 8.5 x 11 inch pages (one-sided) with a minimum font size of 10 point. Please provide the following information in a single document: Company Information: Company name, System for Award Management Unique Entity Identification number (SAM UEID), address, point of contact name, contact phone number, contact e-mail address. Business Size & Socioeconomic Status: Business size and socioeconomic type for the applicable North American Industry Classification System (NAICS) code (e.g., Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). Product Information: For each brand name product (or equal) listed in the attachment that your company can provide, please include the following: Product Name & Model Number: Exact product name and model number as listed in the attachment (or equivalent for equals). Availability: Current lead time for delivery. Pricing: Unit price and any applicable volume discounts. Data Sheets/Specifications: Links to or included data sheets/specifications for the product. Equal Product Information (if applicable): If offering an equal product, clearly identify it, provide equivalent specifications, and explain any differences in functionality. Submission Instructions Please submit all capability statements, information, brochures, and/or marketing material as one (1) consolidated document, adhering to the page limit. Important Notes: Responses will not be considered an offer, proposal, or bid for any future solicitation. Responses will not restrict the Government to a specific acquisition approach. This Sources Sought Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. All response regarding anything other than the brand name or equal items will be disregarded. Response Deadline & Contact Information Submit your complete response via email to daniel.e.czech@usace.army.mil and jennifer.l.ferrer@usace.army.mil by 28 July 2025 at 10:00 a.m. PT of your intent to respond. Please include the Sources Sought No. W9123825S0199 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2222f841be8d47e39e8fd19b45b555e3/view)
- Place of Performance
- Address: CA 95959, USA
- Zip Code: 95959
- Country: USA
- Zip Code: 95959
- Record
- SN07510638-F 20250717/250715230052 (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 |