Asbestos Disposal Sault Sainte Marie Project Office
ID: W911XK25Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is soliciting quotes for Professional Industrial Hygiene Services related to the abatement and disposal of asbestos-containing materials at the Sault Sainte Marie Project Office in Michigan. The project involves overseeing the removal of approximately 500 square feet of non-friable asbestos cement board, ensuring compliance with federal and state regulations, and completing all work within a four-week timeframe following contract award. This procurement is classified as Full and Open Competition, with quotes due by November 6, 2024, at 2:00 PM Eastern time, and will be awarded to the lowest-priced responsible offeror that meets the requirements. Interested contractors can reach out to Noah Bruck or Michelle Barr via email for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Detroit District is seeking quotes for Professional Industrial Hygiene Services related to the abatement and disposal of asbestos-containing material at the Sault Sainte Marie Project Office in Michigan. The request for quote (RFQ) number is W911XK25Q0006, classified under environmental remediation services. The scope includes oversight of asbestos abatement and air monitoring, specifically for the removal of approximately 500 square feet of non-friable asbestos cement board. The contractor is expected to ensure compliance with federal and state regulations, with demolition activities including the removal of a wood box chimney. All work must be completed within four weeks of contract award at the specified location. The award will go to the lowest priced offeror that meets the requirements, with quotes due by November 6, 2024, at 2:00 PM Eastern time. Submissions must be in English and priced in U.S. dollars, with the government retaining the right to request clarifications as needed. This solicitation illustrates USACE's commitment to environmental safety and compliance through careful management of hazardous materials.
    The Sault Sainte Marie Project Office (SSMPO) has established specific site access policies and security protocols for contractors and subcontractors effective August 2023. Key requirements include all personnel carrying approved federal identification, completing E-Verify procedures, and submitting privacy statements and background checks well ahead of site access. A designated contractor representative is recommended to streamline the process. Exclusions and expulsions from the site may occur for security violations or negative background checks, with strict rules regarding criminal offenses that can bar access. Additionally, all contractors must provide an up-to-date site access list and ensure compliance with fingerprinting and ID verification protocols. Facility ID cards are valid for one year, and proper handling of these cards upon project completion is required. Overall, the document emphasizes the importance of security, accountability, and meticulous adherence to established protocols to maintain a safe working environment at the SSMPO. These guidelines are crucial to ensure contractor compliance with federal requirements as part of systematic project oversight within government contracts.
    The document outlines a Request for Quote (RFQ) for a Firm-Fixed Price Service Contract to provide Professional Industrial Hygiene Services related to asbestos abatement and disposal at the NPP Building site in Sault Sainte Marie, MI. The contract specifically involves overseeing the abatement and ensuring compliance with federal and state regulations. The government will award the contract to the lowest-priced responsible offeror that meets the RFQ requirements. The procurement is classified as unrestricted under federal acquisition regulations, with an associated NAICS code of 562910, targeting small businesses with size standards of $25 million in average annual receipts. Offerors must electronically submit quotes, including a signed Standard Form 1449 and completed pricing schedule, by the specified deadline. They must also be registered in the System for Award Management (SAM) and comply with various federal regulations, including those concerning cybersecurity and labor standards. A detailed scope of work is provided, listing tasks such as air monitoring, asbestos removal, and disposal, with an estimated performance period of four weeks. The document emphasizes safety procedures and regulatory compliance throughout the contract process, highlighting security requirements for workforce access to government facilities during the project.
    The document is an amendment to a solicitation for asbestos removal at the Sault Sainte Marie Project Office, issued by the U.S. Army Engineer District, Detroit. Amendment 0001 provides responses to contractor questions received by October 9, 2024, about the project. Key details include the project timeline, equipment accessibility, and specifications for materials involved. The government plans to initiate the project as soon as possible and has outlined specifics regarding equipment access, emphasizing that work must occur from ladders and that space for a dumpster can be arranged. The document also includes critical dimensions for project components, like the wood box chimney, which are essential for potential contractors to consider when preparing their bids. Overall, the amendment reflects the ongoing communication between the government and contractors to ensure clarity and transparency in the procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Formerly Utilized Sites Remedial Action Program (FUSRAP) Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, Environmental Services - USACE St. Louis District
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Louis District, is seeking a qualified firm to provide ongoing support for the Formerly Utilized Sites Remedial Action Program (FUSRAP) related to Hazardous Toxic Radioactive Waste (HTRW) Laboratory, Verification, and Environmental Services. The procurement aims to ensure effective management and remediation of hazardous waste sites, which is critical for environmental safety and compliance with federal regulations. Interested firms can reach out to Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil for further inquiries. Additional details, including updates from Amendment 0001, can be accessed through ProjNet Bidder Inquiries.
    Crib Dam Stabilization
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Detroit District, is seeking information from qualified contractors for the Crib Dam Stabilization project located in Lake Isabella, Michigan. The project involves two phases: Phase I focuses on stabilizing approximately 300 feet of an existing rock-filled timber crib dam, while Phase II includes extensive demolition and construction activities, including the relocation of electrical infrastructure and the construction of a new concrete duct bank. This project is critical for maintaining the operational integrity of the Soo Locks hydroelectric power plant, with specific access and operational constraints that must be adhered to during execution. Interested contractors are encouraged to submit their qualifications and relevant project experience by 12:00 PM (Eastern) on November 6, 2024, via email to Frederick Coffey and Kari Tauriainen, referencing "SOURCES SOUGHT: Crib Dam Stabilization" in the subject line.
    F108--Asbestos Abatement Lyons Campus
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the asbestos abatement project at the Lyons Campus located at 151 Knollcroft Road, Lyons, New Jersey. The project involves the safe removal of asbestos-containing materials from Buildings 9 and 57, requiring contractors to provide labor, materials, and equipment while adhering to all relevant regulations. This procurement is critical for mitigating health risks associated with asbestos exposure and ensuring compliance with safety standards throughout the abatement process. Proposals are due by 10 AM Eastern Time on October 28, 2024, with a total budget of $25 million, and interested parties should direct inquiries to Contracting Officer Lateisha Robinson at lateisha.robinson@va.gov or (718) 584-9000 ext 4334.
    Z1DA--631-23-016 Abate Asbestos Renovation 2024
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking contractors for the Z1DA--631-23-016 Abate Asbestos Renovation 2024 project at the Edward P. Boland VA Medical Center in Leeds, Massachusetts. The objective of this procurement is to safely abate asbestos from specified areas within two buildings, ensuring compliance with VHA, OSHA, EPA, and state regulations while minimizing disruption to hospital operations. This project is critical for maintaining health and safety standards in a healthcare environment, emphasizing the importance of proper waste disposal, utility management, and emergency protocols during the renovation process. Interested contractors should direct inquiries to Contract Specialist Chelsea L Rodrigue at chelsea.rodrigue@va.gov, with the acceptance period for pricing set at 120 calendar days.
    15Kv Electrical Switchgear - construction
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Detroit District, is seeking contractors for the 15kV Switchgear Replacement project located at the Soo Locks in Sault Ste. Marie, Michigan. The project involves the replacement of the existing 15kV medium voltage switchgear in the Main Powerhouse, which is currently outdated and poses operational risks due to obsolete parts. This procurement is crucial for enhancing the reliability of the power distribution system and includes comprehensive work such as cabling, generator instrumentation transformers, and modifications to existing systems. The solicitation is anticipated to be issued in late October to early November 2024, with a contract value estimated between $5 million and $10 million. Interested contractors must register on SAM.gov and PIEE, and can contact Kari Tauriainen or Lisa May for further information.
    3rd Party Asbestos Monitoring
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for independent third-party asbestos monitoring services at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. The contractor will be responsible for overseeing the asbestos abatement process, ensuring compliance with safety and regulatory requirements, including air monitoring, inspections, and testing throughout the project duration. This contract, valued at approximately $19 million, is set to run from November 1, 2024, to October 31, 2025, with a strong encouragement for participation from service-disabled veteran-owned small businesses. Interested contractors must submit their proposals by October 21, 2024, and direct any questions to the primary contact, Veronica B. Dillard, at veronica.dillard@va.gov.
    Hilfiker Wall Repairs Project, Sault Ste. Marie, MI
    Active
    General Services Administration
    The U.S. General Services Administration (GSA) is soliciting proposals for the Hilfiker Wall Repairs Project at the Land Port of Entry in Sault Ste. Marie, MI, with an estimated contract value between $1,000,000 and $5,000,000. The project aims to address structural issues with the Hilfiker mechanically stabilized earth retaining wall, including bulging wire baskets and poor drainage, by constructing a new earth retention soil nail wall and re-sloping the concrete parking area above. This procurement is set aside for small businesses and emphasizes the use of low embodied carbon materials in compliance with the Inflation Reduction Act, requiring contractors to submit a detailed Sustainability Factor Table. Interested parties must register in SAM.gov and submit proposals by November 8, 2024, with a pre-proposal conference scheduled for October 1, 2024. For further inquiries, contact Sherri Turner at sherri.turner@gsa.gov or Rebecca Schultz at rebecca.schultz@gsa.gov.
    NFPC Sand Removal/Disposal
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Foundry & Propeller Center, is seeking contractors for the removal and proper disposal of hazardous sand from two vaults located in Philadelphia, Pennsylvania. The project involves extracting approximately 126 tons of sand from vaults measuring 240 inches in length, 120 inches in width, and 120 inches in height, situated near the foundry's southern wall. This initiative is critical for environmental remediation and compliance with safety regulations, as the material is classified as hazardous. Interested vendors should express their interest via email to Thomas Coletti at THOMAS.C.COLETTI.CIV@US.NAVY.MIL, with a site visit date yet to be determined.
    Blast Booth & Paint Equipment Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for a Firm-Fixed Price requirements contract focused on the safe cleaning and abatement of heavy metals, including lead, cadmium, and chromium, as well as dirt and debris from Blast and Paint Booth equipment at Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement emphasizes a total small business set-aside under NAICS code 562910 for remediation services, highlighting the importance of maintaining environmental safety and compliance at military facilities. The solicitation number W911N2-25-R-0004 is anticipated to be released around October 24, 2024, with a closing date expected around November 25, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or 717-267-8357 for further information.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.