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
    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
    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.
    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
    Nelson Tunnel Repair, ISS-EPA, Mineral County, CO
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for a construction contract related to the Nelson Tunnel Repair at the Commodore Waste Rock Superfund Site in Mineral County, Colorado. The primary objective is to conduct remedial actions to mitigate the risk of uncontrolled releases of mine-impacted water from the Nelson Tunnel, which involves constructing a bypass adit, rehabilitating the existing tunnel, and installing flow control structures. This project is critical for environmental protection and water quality management in the region, with an estimated construction cost ranging from $10 million to $25 million. Interested firms must submit their qualifications by December 22, 2025, to Sam McGuffey and Jeffrey Wyant via email, ensuring they are registered in the System for Award Management (SAM).
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated source materials, including slag and battery casing materials, as well as contaminated soil and sediment from the Seawall Sector. This remediation effort is critical for addressing highly toxic principal threat waste and ensuring environmental protection in the area. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further details, with the understanding that this notice does not constitute a commitment by the Government to award a contract.
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    IDIQ CAPACITY INCREASE FOR RIO DE FLAG FLOOD CONTROL PROJECT, CLAY AVENUE WASH DETENTION BASIN, COCONINO COUNTY, ARIZONA
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Los Angeles District, is seeking to modify an existing contract with Tetra Tech, Inc. to increase the capacity for the Rio De Flag Flood Control Project in Coconino County, Arizona. This modification aims to enhance the IDIQ contract by $621,944.64 to complete the Final Design Material for the Mainstem Channel Improvements, incorporating previous work and addressing unanticipated design coordination efforts. The project is critical for flood risk reduction and is linked to interconnected city projects, with the total modification valued at $750,000. Interested parties can contact Otse A. Adikhai at Otse.A.Adikhai@usace.army.mil or by phone at 213-452-3248 for further details.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Arivaca Mines Survey
    Agriculture, Department Of
    The U.S. Department of Agriculture, Forest Service is seeking proposals for a cultural resource survey as part of the Arivaca Abandoned Mine Lands (AML) Remediation Project in Arizona. The project involves surveying 60 abandoned mine features across approximately 300 acres to identify and document cultural resources while remediating physical safety hazards using various methods. This procurement is set aside for small businesses under NAICS code 541620, with a total estimated value of $19 million, and proposals are due by December 19, 2025, at 17:00 EST. Interested parties should contact Ernest Hernandez at ernest.hernandez@usda.gov for further information.
    Lone Star Army Ammunition Plant (LSAAP) High Explosives Burning Ground (HEBG) Remediation
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Tulsa District, is seeking qualified contractors for a Performance Based Remediation (PBR) contract to provide Environmental Remediation Services (ERS) at the High Explosives Burning Ground (HEBG) located at the Lone Star Army Ammunition Plant in Bowie County, TX. The project involves the remediation of approximately 16 acres of land contaminated with burnt ash, metallic debris, and munitions and explosives of concern, requiring soil excavation, removal of hazardous materials, and restoration of the site. This initiative is crucial for ensuring environmental safety and compliance, with an anticipated contract value exceeding $50 million and a performance period of four years. Interested parties, particularly small businesses and those qualifying under Section 8(a), HUBZone, SDVOSB, and WOSB, are encouraged to contact Thomas Howard at thomas.howard@usace.army.mil or call 918-669-4389 for further details.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Pre-Solicitation Notice ? Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is preparing to solicit bids for the Formally Utilized Sites Remedial Action Program (FUSRAP) Shallow Land Disposal Area (SLDA) Remediation Project. This project aims to address environmental remediation needs at the SLDA, which is critical for ensuring the safety and protection of the surrounding ecosystem. The procurement falls under the NAICS code 562910 for Remediation Services and the PSC code F108 for Environmental Systems Protection, highlighting its focus on environmental remediation efforts. Interested contractors can reach out to Jenna Grainer at jenna.n.grainer@usace.army.mil or call 716-954-1841 for further details as they prepare for the upcoming solicitation.