IRON KING MINE-HUMBOLDT SMELTER (IKM-HS) Remedial Action Construction (RAC), Indefinite Delivery Indefinite Quantity (IDIQ)
ID: W912PL25S0009Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST LOS ANGELESLOS ANGELES, CA, 90017-3409, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)
Timeline
  1. 1
    Posted Dec 26, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 3, 2025, 12:00 AM UTC
  3. 3
    Due Feb 11, 2025, 10:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Los Angeles District, is seeking qualified contractors for the Iron King Mine-Humboldt Smelter (IKM-HS) Remedial Action Construction (RAC) project, which is an Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at up to $249 million. The primary objective of this procurement is to conduct environmental remediation at the IKM-HS Superfund Site in Dewey-Humboldt, Arizona, focusing on the removal of contaminated soils and waste, dam removal, and restoration activities, in compliance with the EPA's Record of Decision. Interested firms must demonstrate relevant experience and bonding capabilities, with submissions due by February 11, 2025, and an Industry Day scheduled for January 28, 2025, to facilitate networking and clarify project scope. For further inquiries, interested parties can contact Roger Minami at kinya.r.minami@usace.army.mil or Rubyann Prout at rubyann.prout@usace.army.mil.

Point(s) of Contact
Roger Minami, Procurement Analyst, Office of Small Business Programs
(805) 878-8177
kinya.r.minami@usace.army.mil
Files
Title
Posted
Feb 4, 2025, 4:03 AM UTC
The document is a Request for Information (RFI) for the IKM-HS Remedial Action Construction (RAC) project, ID: W912PL25S0009, initiated by the Los Angeles District of the US Army Corps of Engineers. The project has an estimated magnitude of up to $249 million with a schedule from FY27 to FY32 and intends to use a Design-Bid-Build (DBB) approach. Interested firms that can meet requirements under NAICS code 237990 are invited to respond by February 11, 2025. The RFI seeks detailed responses to various topics, including technical proposal evaluation, past performance examples, and contractor expectations for government roles to optimize team continuity and collaboration. Companies must demonstrate bonding capabilities of $50 million and provide feedback on the required submissions to ensure bid readiness. An Interchange Meetings presentation is scheduled for February 20, 2025, where selected companies will engage with government personnel for a focused discussion. The RFI emphasizes the need for expertise regarding EPA Superfund programs and CERCLA compliance. Additionally, responder companies are asked to fill out a Company Information Form as part of their submission. Overall, the RFI aims to gather industry insights and capabilities before moving toward the official procurement phase.
Feb 4, 2025, 4:03 AM UTC
The Iron King Mine – Humboldt Smelter (IKM-HS) Remedial Action Construction (RAC) project is a Sources Sought announcement (W912PL-25-S-0009) organized by the USACE Los Angeles District and the EPA. This initiative seeks industry participation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract valued at approximately $249 million. The contract primarily focuses on remediation of contaminated residential properties, with an expected first task order for restoration activities. Proposals must follow specific submission guidelines and demonstrate compliance and competitiveness. The emphasis is placed on a Design-Bid-Build (D-B-B) approach rather than Design-Build (DB), in alignment with the NAICS code 237990. The procurement process will unfold in two phases, evaluating qualifications and technical proposals. A small business set-aside requirement is indicated, necessitating adherence to the Rule of Two. The anticipated period of performance for the IDIQ contract is 60 months, with Sources Sought submittals due by February 11, 2025, and an Industry Day scheduled for January 28, 2025. This document underlines the government's commitment to engaging qualified contractors to successfully undertake significant environmental remediation at the IKM-HS Superfund Site.
Similar Opportunities
Environmental Dredging Services to remediate contaminated sediment associated with the Callahan Mine Superfund Site in Brooksville, Maine.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for Environmental Dredging Services to remediate contaminated sediment at the Callahan Mine Superfund Site in Brooksville, Maine. The project involves dredging approximately 6,000 to 10,000 cubic yards of sediment from Goose Cove, covering an area of about 1.5 acres, and requires careful management of sediment removal methods and monitoring to prevent environmental impacts. This remediation effort is crucial for addressing historical contamination from mining operations that have affected local water bodies, and it includes specific requirements for sediment disposal and monitoring protocols. 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 project timeline and funding specifics to be confirmed during the procurement process.
Army PFAS Response and Sampling Tool, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Buyer not available
The U.S. Army Corps of Engineers (USACE) is seeking information from qualified firms regarding their capabilities to provide remediation services related to Per- and Polyfluoroalkyl Substances (PFAS) in the Seattle District. The anticipated procurement will involve an Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity of $85 million over a five-year period, focusing on off-post PFAS response actions, including sampling and clean drinking water solutions at multiple Army installations. This opportunity is crucial for addressing environmental concerns and ensuring public health safety in relation to PFAS contamination. Interested firms must submit their responses by 2:00 PM Pacific Daylight Time on May 5, 2025, to Russ Armstrong at russell.j.armstrong@usace.army.mil, and are encouraged to demonstrate relevant experience and capabilities in their submissions.
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. The contract, valued at $25 million, aims to address contamination issues under the Base Realignment and Closure (BRAC) Program, focusing on long-term monitoring, operations and maintenance, and remedial actions for various environmental contaminants, including per- and polyfluoroalkyl substances (PFAS). This procurement is critical for ensuring compliance with federal environmental regulations and safeguarding public health in the affected communities. Interested contractors 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, with the contract expected to span five years from the award date.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
Indefinite Delivery Indefinite Quantity (IDIQ) Civil Works Design and Survey and Photogrammetric Mapping
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Albuquerque District, is seeking qualified architect-engineer firms for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on civil works design, surveying, and photogrammetric mapping services. This contract aims to support flood control and erosion protection projects within the Albuquerque District, which encompasses areas in Southern Colorado, New Mexico, and Southwest Texas, with potential work extending beyond these regions. The anticipated contract value is up to $49.9 million, with individual task orders ranging from $20,000 to $500,000, and interested firms must respond to this sources sought notice by May 16, 2025, to express their capabilities and qualifications. For further inquiries, firms can contact Robert J. McPherren at robert.j.mcpherren@usace.army.mil or by phone at 505-342-3455.
Z--Battle Creek - South Diversion Dam and Canal Removal
Buyer not available
The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
Y--ROCKFALL MITIGATION HOOVER DAM - IDIQ
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a potential five-year Indefinite-Delivery/Indefinite Quantity (IDIQ) contract focused on rockfall mitigation near Hoover Dam. The procurement aims to secure services for rock stabilization tasks, including scaling, cleaning, and securing steep rock slopes, with contractors required to demonstrate compliance with safety standards and possess necessary certifications. This initiative is critical for maintaining safety and structural integrity in the area, with task orders expected to range from $500,000 to $1 million, culminating in an estimated total contract value of $5 million over the contract duration. Interested businesses must submit their capability statements by May 9, 2025, and are required to register in the System for Award Management (SAM) to participate; inquiries can be directed to Bryan Williamson at bwilliamson@usbr.gov or by phone at 702-293-8452.
Construction of Energetic Waste Incinerator (EWI) complex, Lake City Army Ammunition Plant (LCAAP), Missouri
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified firms for the construction of a new Energetic Waste Incinerator (EWI) complex at the Lake City Army Ammunition Plant (LCAAP) in Missouri. This Design-Bid-Build (DBB) contract aims to replace the existing Building 97 and associated storage facilities with a state-of-the-art facility designed for the safe disposal of energetic materials, including an incinerator building, Earth Covered Magazines for environmental waste storage, and a Slurry Building for handling various contaminated materials. The project, valued between $250 million and $500 million, is crucial for maintaining safety and efficiency in the disposal of military energetic waste. Interested parties must submit their qualifications by May 5, 2025, to David Miller at david.f.miller@usace.army.mil, and are encouraged to register for an upcoming informational webinar by contacting both David Miller and Michael France.
USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Sacramento District, is seeking contractors for the design-bid-build construction of improvements, repairs, and a fencing canopy at the Defense Logistics Agency (DLA) Sierra Army Depot in Herlong, California. The project entails extensive renovations of existing pre-engineered metal buildings, including the replacement of windows, doors, plumbing, mechanical, electrical, fire alarm, and communication systems, as well as site improvements such as a new truck scale and expanded concrete demilitarization pad. The anticipated contract, valued between $10 million and $25 million, is expected to be awarded by July 2025, with a solicitation set to be released around mid-May 2025. Interested contractors should contact Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil or call 916-557-7621 for further details.
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.