Sources Sought Notice-Remedial Action at Roebling Steel Superfund Site
ID: PANNWD25P0000001072Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
  1. 1
    Posted Jan 21, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 21, 2025, 12:00 AM UTC
  3. 3
    Due Feb 21, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified small businesses to provide environmental remediation services at the Roebling Steel Superfund Site in New Jersey. The objective of this Sources Sought Notice is to identify firms capable of conducting remedial action activities, including the installation of a soil cap, building demolition, and the management of contaminated materials, as part of a phased remediation approach mandated by the EPA. This opportunity is crucial for addressing significant environmental contamination resulting from historical steel manufacturing operations at the site, which spans approximately 200 acres. Interested firms are encouraged to submit their qualifications and relevant project experience by emailing Heather Scott at heather.a.scott@usace.army.mil, with the anticipated contract value ranging between $25 million and $100 million and a projected performance period of five years, with solicitation expected in Fiscal Year 2025.

Files
Title
Posted
Jan 21, 2025, 3:05 PM UTC
The document is an Experience Form typically used in federal and state/local Request for Proposals (RFPs) and grants. It collects crucial information about a specific project, including its name, location, and the client or contract holder, which could be the US Army Corps of Engineers (USACE), the Environmental Protection Agency (EPA), or another entity. The form categorizes the entity submitting the proposal as either a prime contractor or a subcontractor and identifies any additional subcontractors involved in the project. Key details required include the contract and task order numbers, project completion status, total cost, and the type of contract, such as cost reimbursable or firm fixed. A concise project description is also requested, summing up the nature of work undertaken. The structure is designed to streamline information collection and assess the capabilities of various contractors in completing government projects effectively. This helps federal and state agencies evaluate proposals based on experience and suitability for forthcoming initiatives.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
F--R7 DES: Oronogo-Duenweg Mining Belt (ODMB) Superfund Site, Operable Unit 4, Gro
Buyer not available
The Environmental Protection Agency (EPA) is seeking contractors for remediation services at the Oronogo-Duenweg Mining Belt (ODMB) Superfund Site, specifically for Operable Unit 4. The procurement aims to address environmental remediation needs at the site, which currently has no active Potentially Responsible Parties (PRPs). This opportunity is critical for ensuring the protection of environmental systems and public health in the affected area. Interested parties can reach out to Arlo Hurst at hurst.arlo@epa.gov or call 913-551-7637 for further details regarding the procurement process.
Former Guterl Specialty Steel FUSRAP
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, is seeking qualified small businesses to undertake a remediation project at the Former Guterl Specialty Steel site in Lockport, New York. The objective of this procurement is to remediate soils and materials contaminated with FUSRAP-related substances, including uranium isotopes, radium, and thorium, through complete soil excavation and building dismantlement, followed by off-site disposal. This project is critical for environmental protection and public health, as it addresses hazardous materials that pose risks to the surrounding community. Interested parties should contact Jenna Grainer at jenna.n.grainer@usace.army.mil or Frank D'Andrea at frank.j.d'andrea@usace.army.mil for further details, as the contract will be awarded based on the best overall proposal, with a focus on past performance, technical approach, and cost/price considerations.
Scott AFB ORC SATOC
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for a Single Award Task Order Contract (SATOC) focused on environmental remediation services at Scott Air Force Base in Illinois. The contract aims to address the remediation of contaminated soil and groundwater, particularly targeting pollutants such as PFAS, chlorinated solvents, and petroleum products, while ensuring compliance with federal and state environmental regulations. This initiative is critical for maintaining public health and safety, as well as fulfilling the Department's commitment to environmental restoration and compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Interested contractors should contact Kari Rogers at kari.a.rogers@usace.army.mil or call 502-315-7028 for further details, with proposals due following the specified deadlines outlined in the solicitation documents.
Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of a bulkhead to support the remediation efforts at the Raymark Superfund Site in Stratford, Connecticut. This project involves significant construction work aimed at restoring the site, which is critical for environmental safety and compliance with federal regulations. The selected contractor will be responsible for ensuring that the bulkhead meets all necessary engineering and environmental standards, contributing to the overall remediation of the contaminated area. Interested contractors can reach out to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the procurement process expected to follow standard federal contracting timelines.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for environmental services and remedial action operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. This procurement aims to address long-term monitoring, operations and maintenance activities, remedial action operations, and community relations support related to environmental contamination, particularly focusing on per- and polyfluoroalkylated substances (PFAS) and other contaminants. The contract, valued at $25 million, will be a Single Award Task Order Contract (SATOC) with a five-year ordering period, set aside for small businesses under the SBA 8(a) Business Development Program. Interested parties can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
Sources Sought for Architect-Engineer Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City District)
Buyer not available
The U.S. Army Corps of Engineers (USACE), Kansas City District, is seeking qualified architect-engineer firms to provide civil works design services for various projects, including military installations and hazardous waste missions. The procurement aims to establish a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract, with a total capacity limit of $95 million, to support a range of civil design services such as flood risk management, eco-restoration, and engineering support. Interested firms are encouraged to submit a capabilities package by May 7, 2025, to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil, with a copy to Contracting Officer Laura Hedrick at laura.l.hedrick@usace.army.mil, as this notice serves as a market survey and is not a request for proposals.
F--Former United Zinc Remedial Action
Buyer not available
Presolicitation notice from the Environmental Protection Agency (EPA) for the procurement of a remedial action service at the Former United Zinc and Associated Smelters Superfund Site in Iola, KS. The objective is to reduce human health risk by removing lead-contaminated material from assigned residential properties. Approximately 1,067 residential properties will be eligible for remediation, backfill, and restoration over a four-year period. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB).
F--Big River Mine Tailings, (OU2) Sediment Removal
Buyer not available
Presolicitation ENVIRONMENTAL PROTECTION AGENCY is seeking the services of an experienced firm to provide lead-contaminated sediment removal for the EPA Pilot Study Area located in St. Francois County, Missouri impacted by human transport of mine waste resulting from nearly 2 1/2 centuries of mining in the Old Lead Belt located in Southeast Missouri, Madison County and southern St. Francois County. The work to be performed under this contract consists of excavation and relocation of lead-contaminated materials (mine waste, soil, gravel) from the Big River. This material will be relocated to a soil repository site. Additionally, before relocating the excavated sediment, a 24-inch layer of soil shall be excavated from the repository site. This excavated soil will be used to cap the contaminated sediment. The Period of Performance (POP) for this procurement will be one (1) year. The contractor shall be required to comply with all applicable federal, state and local laws and regulations. Remediation will be conducted pursuant to the Comprehensive Environmental Response, Compensation, and Liability Act (CERECLA) as amended by the Superfund Amendments and Reauthorization Action (SARA), and National Contingency Plan (NCP) requirements. Estimated dollar value for this procurement is between $350k - $450k. This procurement will be a total Small Business set-aside.
Topsail Beach Pier Removal
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the removal and disposal of the Topsail Beach Pier and associated debris in North Topsail Beach, North Carolina. The contractor will be responsible for providing all necessary labor, equipment, materials, and services, adhering to safety and occupational health requirements, and following marine construction best practices. This project is crucial for maintaining coastal infrastructure and mitigating environmental impacts, with a contract value of approximately $47 million and a performance period of 45 days post-award. Interested small businesses, particularly women-owned firms, must submit their Price Quote and Technical Proposal electronically by April 29, 2025, following a scheduled site visit on April 21, 2025. For further inquiries, contact Sonny Smith at sonny.z.smith@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
Missouri River Navigation Obstruction Removal (RM 67-69)
Buyer not available
The Department of Defense, through the Army Corps of Engineers Kansas City District, is seeking construction services for the removal of navigation obstructions on the Missouri River at River Mile 67-69. The project involves dismantling, demolition, removal, and disposal of these obstructions using floating plant equipment, as land access is not available, and compliance with state and federal Clean Water Act Guidelines is required. This procurement is a 100% Total Small Business Set-Aside, with a contract value estimated between $1,000,000 and $5,000,000, and interested contractors should contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil for further details.