Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2024 SAM #8429
SOURCES SOUGHT

F -- Formosa Mine Superfund Site Operable Unit 1 REMEDIAL ACTION CAPPING PROJECT

Notice Date
12/23/2024 10:55:47 AM
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW-25-R-0008_ss
 
Response Due
1/23/2025 1:00:00 PM
 
Archive Date
02/07/2025
 
Point of Contact
Russell Armstrong, Phone: 2063163160, Kyla Couch
 
E-Mail Address
russell.j.armstrong@usace.army.mil, kyla.m.couch@usace.army.mil
(russell.j.armstrong@usace.army.mil, kyla.m.couch@usace.army.mil)
 
Description
Formosa Mine Superfund Site Operable Unit 1 REMEDIAL ACTION CAPPING PROJECT Riddle, Douglas County, Oregon THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The North American Industry Classification System (NAICS) code for this project is 562910, and the associated small business size standard is 1,000 employees. However, all interested firms should respond to this notice no matter what business size under NAICS 562910. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. NO SOLICITATION IS CURRENTLY AVAILABLE. The type of solicitation to be issued will depend upon information received in response to this sources sought notice. No reimbursement will be made for any costs associated with providing information in response to this sources sought notice, or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Unsolicited proposals will not be accepted. Further, proprietary information is not being requested at this time, and respondents shall refrain from providing proprietary information in response to this sources sought notice. No award will be made from this sources sought notice. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. SUMMARY DESCRIPTION OF PROPOSED PROJECT: The Formosa Mine Superfund site is an abandoned mine located in southwest Oregon in Douglas County. Locally, it is situated in the Coast Range Klamath Mountains at elevations between 3,200 and 3,700 feet (ft) above mean sea level (amsl) on Silver Butte Peak (3,973 ft amsl). The project scope of work consists of activities necessary to implement primarily the earthwork-related requirements of the EPA�s Record of Decision for the Formosa Mine Superfund Site Operable Unit (OU) 1. OU1 includes all surface and subsurface mine materials deposited outside of the underground mine workings and considered ""source materials"" for the Site. These include materials excavated during construction and operation of the mine such as waste rock, ore, tailings, construction rock, road surfaces, and contaminated soils. The objectives of the OU1 remedial action are to remove, consolidate, and restrict or minimize the interaction of contaminant source materials with precipitation, surface water runoff, and groundwater. The remedial approach focuses on preventing direct exposure to mine waste with elevated concentrations of metals and reducing acid rock drainage (ARD) generation, thus, reducing impacts to groundwater and surface water. The remedial action includes OU1 mine materials at the encapsulation mound (EM); former ore storage/million-gallon storage tank area; the Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRDs); and roads containing mine materials adjacent to these areas. The specific project scope of work includes the following actions: Stabilizing the steep encapsulation mound (EM) slopes with gabion walls; development of a clean materials borrow area and non-primary mine disturbance area (PDMA) mine material repository; grading and consolidation of mine materials in the non-PMDA mine material repository; impermeable cover construction on the EM, former ore storage/million-gallon storage tank, and non-PMDA mine material repository; grading, amendment and revegetation of mine materials at the area southwest of the EM, and Formosa Adit 2, Formosa Adit 3, and 1090 Raise waste rock dumps (WRD)s; and excavation of mine materials from roads, reconstruction of roads within the project limits, and construction of a steep slope northwest (NW) access road for gabion wall placement. SUBMITTAL REQUIREMENTS: Interested firms should submit a capabilities package limited to eight (8) pages and include the following: 1. Firm�s name, address (mailing and URL), point of contact, phone number and email address. 2. CAGE code and Unique Entity Identification number of your firm. 3. Your company's North American Industry Classification System (NAICS) code(s). 4. Business classification, i.e., state whether your firm is classified by the Small Business Administration as any of the following or is Other Than Small Business: ? Small Business (SB) ? Small Disadvantage Business (SDB) ? Woman-Owned SB (WOSB) ? Veteran-Owned SB (VOSB) ? Service-Disabled VOSB (SDVOSB) ? Historically Underutilized Business Zone (HUBZone) ? 8(a) Program ? Other Than Small Business (Large Business) 5. Regions in which your company normally performs work or would perform work: ? West ? Midwest ? Northeast ? Southwest ? Southeast ? CONUS (Outside the Continental United States) ? All of the Above 6. A maximum of three (3) examples of past projects as the Prime Contractor. Contractor must provide a brief description of experience in performing similar projects for environmental remediation of similar size, complexity and scope completed within the last ten (10) years. Examples should include the following information: a. A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project. b. Explanation as to how the work performed on each example project relates to the scope of work for Formosa Mine. 7. Regarding the Summary Description of Proposed Project: a. Do you believe all aspects of the project could be performed by the small business sector? ?Yes ? No b. As a ? large business / ? small business, what estimated percentage of the TOTAL project would you self-perform? % c. Please specify/describe which areas are best suited for subcontracting to the small business sector. Also identify your intentions to: ? pursue a joint-venture or ? some other form of teaming arrangement subcontract any work. d. What do you think can be subcontracted out to small business? ? Small Business (SB) % ? Small Disadvantage Business (SDB) % ? Woman-Owned SB (WOSB) % ? Veteran-Owned SB (VOSB) % ? Service-Disabled VOSB (SDVOSB) % ? Historically Underutilized Business Zone (HUBZone) % 8. Firm�s Joint Venture Information, if applicable. 9. Any advice you would give the Government in planning for the procurement of the contract and for its execution. Responses to this Synopsis will be shared with the Government project team, but otherwise will be held in strict confidence. PLEASE SUBMIT TO: Responses to the Sources Sought Notice should be received no later than 1:00 pm (Pacific Time) on 23 January 2025. Submit responses to the attention of Russ Armstrong, Contract Specialist, at russell.j.armstrong@usace.army.mil. All interested firms must be registered in System for Award Management (SAM, [https://sam.gov]) and remain current for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5cd37dc0667c46cca0f2f00503dbae78/view)
 
Place of Performance
Address: Riddle, OR, USA
Country: USA
 
Record
SN07300657-F 20241225/241223230109 (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.