Cougar Mountain AML Construction WA-24-003
ID: 140S0324B0001Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEOFFICE OF SURFACE MINING, RECLAMATION AND ENFORCEMENTDOI OSMRE (CO)DENVER, CO, 80225, USA

NAICS

Remediation Services (562910)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the Office of Surface Mining Reclamation and Enforcement (OSMRE), is soliciting proposals for the Cougar Mountain AML Construction project (WA-24-003) in King County, Washington. This project focuses on the reclamation of hazardous abandoned coal mine sites, requiring contractors to stabilize subsidence features, repair monuments, and adhere to environmental regulations while minimizing ecological disturbance. The contract is set for a performance period from October 1, 2024, to December 13, 2024, with an estimated budget between $500,000 and $2,000,000. Interested contractors must attend a mandatory pre-bid meeting on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, contact Cathy Boulware at cboulware@osmre.gov or 303-236-2935.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Department of the Interior's Office of Surface Mining Reclamation and Enforcement (OSMRE) is issuing a Request for Proposal (RFP) for construction services aimed at reclaiming hazardous abandoned coal mine sites in the Cougar Mountain Regional Wildland Park, King County, WA. The project, numbered WA-24-003, emphasizes a sustainable approach with a focus on minimizing ecological disturbance. Contractors must attend a mandatory pre-bid meeting on September 11, 2024, and submit comprehensive proposals including experience in similar projects. The scope requires stabilizing five subsidence features and maintaining eight monuments, with critical attention to safety and environmental regulations, including the Davis-Bacon Act. Contractors are expected to demonstrate compliance through submissions like a construction schedule, qualifications, and a health and safety plan. Financial safeguarding includes performance and payment bonds when costs exceed established thresholds. Key stipulations mandate domestic materials under the Buy American requirements and emphasize coordination with local entities to prevent disruption. The anticipated contract duration spans from October 1 to December 13, 2024, with adherence to strict inspection and compliance procedures overseen by designated OSMRE representatives. Overall, this RFP represents a significant commitment to both environmental reclamation and local community involvement.
    The document is a Performance Bond (Standard Form 25) used in government contracts, binding the Principal and Surety(ies) to the United States in a specified penal sum. It outlines the obligations of the Principal, including fulfilling all contract terms and paying government-imposed taxes associated with the contract. If the Principal meets these conditions, the bond obligation is void. The form also specifies requirements for individuals and corporations from Surety(ies), including the necessity of being on the Treasury's approved surety list and the need for corporate seals. The bond must be executed properly with necessary signatures and seals, and any modifications to the contract waive the notice requirement to the Surety(ies). This form plays a crucial role in the federal grant and RFP process by ensuring financial security for government contracts, thereby protecting public funds and maintaining accountability in project execution. Adhering to established legal and procedural guidelines is essential for all parties involved in government contracts.
    The "Trail Construction and Maintenance Notebook" outlines effective strategies for managing surface water on trails to minimize erosion and maintain functionality. Key strategies include diverting water, designing trails with grade reversals, and utilizing rolling grade dips and knicks to facilitate drainage. It emphasizes that proactive drainage design in new trail construction, such as outsloped treads and maintaining sustainable grades, is essential. The notebook critiques common drainage methods like waterbars, advocating for alternatives that reduce maintenance and enhance trail stability. It instructs on maintaining existing trails by correctly assessing water flow, creating effective drainage solutions, and, if necessary, rerouting sections of the trail. This document serves as a guide for government agencies and entities involved in trail building and funding, ensuring environmentally sustainable practices to enhance outdoor recreational spaces effectively.
    The document outlines a series of government RFPs (Request for Proposals) and grants related to various projects aimed at enhancing infrastructure, public safety, and community development. The content examines the need for stakeholders to engage in specific initiatives which may include the renovation of facilities, addressing environmental concerns, and improving health standards through federal and state funding opportunities. Key components include meticulous planning to comply with safety regulations, addressing hazardous materials, and ensuring local community involvement. The document emphasizes the importance of proposals adhering to federal guidelines while also showcasing innovation and sustainability in project planning. It notes collaboration between governmental agencies and contractors, highlighting the importance of comprehensive assessments before project implementation to mitigate risks. Critical elements such as cost-efficiency, regulatory compliance, and project outcomes are also addressed, reflecting the government's focus on transparency and accountability in the expenditure of public funds. Overall, the document serves as a comprehensive guide for entities looking to participate in government-funded projects, urging careful consideration of regulations, safety protocols, and community engagement to successfully secure funding and complete projects effectively. The emphasis is on innovative, safe, and sustainable practices aligning with governmental objectives in service delivery to enhance community infrastructures.
    The document outlines the bid schedule and engineer's estimate for construction work at Cougar Mountain Regional Wildland Park. It details specific features requiring mobilization, site preparation, monument repair, structural concrete work, excavation, grading, and demobilization across multiple project components designated as CC-048, CC-064, CC-102A, CC-102B, CC-322, CC-333C, and CC-118. Each feature includes quantities, units, and costs for diverse items such as temporary bulkheads, reinforcing steel bars, and site restoration. The comprehensive layout reflects the organized structure typical of government contracts, facilitating contractor bidding processes. In total, the document categorizes various components and their associated repair or construction activities as part of a larger project aimed at park reclamation. This estimate provides essential information for respondents to federal or local RFPs and grants regarding financial and operational expectations for potential bidding.
    The document outlines the Cougar Mountain Regional Wildland Park Reclamation Engineers Estimate, associated with the OSMRE WA-24-003 project. It details the various construction features and tasks to be executed, which include delivering and mobilizing sanitary facilities, preparing work areas, laying concrete lines for pumping, placing structural concrete, constructing drainage features, and abandoning sites post-completion. The tasks are organized into chronological workdays, indicating a structured plan for project progression. Key functions entail site accessibility, monument repairs, and restoration, with certain actions subject to the discretion of the Office of Surface Mining Reclamation and Enforcement (OSMRE). The document lists multiple construction actions and tasks, facilitating a comprehensive understanding of the project's scope and the anticipated workflow. This estimate serves as a guideline for contractors responding to the RFP, emphasizing the importance of each function within the context of environmental reclamation and infrastructure improvement. Overall, the document articulates a structured approach to site reclamation, complementing federal and local regulations.
    The Abandoned Mine Lands (AML) Contractor Information Form is a federal document that contractors must complete to request an eligibility evaluation from the Office of Surface Mining Reclamation and Enforcement (OSMRE) for AML contracts. This form includes essential information such as the business name, contact details, and a Tax ID number. Applicants must also provide an Organizational Family Tree (OFT) from the Applicant Violator System (AVS), confirming their business's compliance status. In cases where information needs updating or is absent from the AVS, contractors are required to provide accurate details about key personnel and ownership structure. This 30 CFR 874.16-regulated form must be signed and dated within 30 days of submission to be considered for bidding. The document outlines the necessary steps for certification and updating business information within the AVS, indicating a thorough vetting process for those seeking AML funds. Additionally, it contains a Paperwork Reduction Statement, emphasizing the importance of accurate reporting while allocating AML funds appropriate to eligible contractors. The entire procedure underlines the government's commitment to ensuring transparency and appropriateness in the distribution of federal or state grant resources aimed at mine land reclamation projects.
    The document describes Standard Form 25A, a payment bond required by the federal government for organizations undertaking contracts that involve labor and materials. The bond serves to protect parties supplying labor or materials to the contractor, ensuring payments are made. It must be executed by the principal and any sureties and include essential details such as business names, addresses, contract number, and penal sum, which signifies the bond's value. The document outlines procedures for signing, the role of corporate and individual sureties, and stipulates that all parties' financial capabilities may be verified. Furthermore, the form must be compliant with regulations, as deviations require prior approval. This standardization helps facilitate governmental RFPs and grants by ensuring financial accountability and adherence to obligations, underscoring the government’s commitment to protecting contractors and subcontractors in procurement processes.
    The document is an "Affidavit of Individual Surety," which is required for individuals acting as sureties on bonds related to government contracts, as outlined by the Federal Acquisition Regulation (FAR). The affidavit confirms the individual’s U.S. citizenship and legal capacity to serve as a surety. It mandates the submission of personal information, including name, contact details, occupation, and relevant financial institution data. The surety must also disclose any liens or judgments against their assets and list the securities pledged. This document aims to ensure that individual sureties are legally accountable and possess adequate assets to back the bond they are supporting, thus safeguarding government interests in contracts and grants. Any false statements could lead to legal prosecution under federal law. Additionally, the form must be notarized and submitted with an original signature, as reproductions are not accepted, highlighting the importance of authenticity in government transactions. Overall, the affidavit supports regulatory compliance in federal contracting processes.
    The Bid Bond document outlines the requirements and conditions for submitting a bid guarantee in federal contracting. It specifies the parties involved—the Principal and Surety(ies)—and details the obligations they incur. The Principal must execute a contract upon bid acceptance and provide additional bonds within a specified timeframe; otherwise, the Surety incurs liability for costs exceeding the bid amount. The bond's penal sum can be expressed as a percentage of the bid price with a defined maximum limit. It also emphasizes that Sureties must be approved corporations listed by the Department of the Treasury and are bound even upon acceptance deadline extensions, barring significant delays. Instructions for completion include signing requirements, legal name specifications, and necessary corporate seals. The document is governed by GSA regulations, and compliance is essential for valid participation in government RFP processes. This framework ensures financial responsibility in government contracts and safeguards against potential contractual failures.
    The Contractor's Qualifications Statement is a critical document required for submitting offers in response to federal and state RFPs and grants. It serves to gather essential information about the contractor's capabilities, including their permanent business address, equipment they plan to use, and previous related work experience. The document necessitates details on current and past projects, including project names, owners, costs, and descriptions of the work performed. It also requires information about the proposed superintendent, their relevant experience, and any subcontractors involved in the project. Furthermore, the statement demands disclosures of any legal issues, such as court judgments or liens, against the contractor or its principals. The document concludes with a signature section, ensuring the offeror’s accountability. Overall, this statement provides a comprehensive assessment of a contractor's qualifications to ensure they are suitable and responsible for award considerations in government contracts.
    The document outlines a project led by the Office of Surface Mining Reclamation and Enforcement (OSMRE) for the remediation of abandoned coal mine features in King County, Washington. The project targets various mine features, including CC-064, CC-102A, CC-102B, CC-322, CC-333C, and maintenance efforts for pre-existing features CC-048 to CC-060 and CC-118. Key tasks include site preparation, mobilization, and specific reclamation techniques such as structural concrete backfilling, monument repairs, and environmental controls for erosion and sedimentation. The document details site access routes, required safety measures due to unstable mines and hazardous gases, and outlines the responsibilities of contractors to ensure compliance with local, state, and federal safety regulations. It further delineates payment procedures for various work items and includes requirements for daily reporting by both the contractor and an OSMRE representative. Ultimately, the project's goal is to ensure public safety and environmental preservation while addressing the remnants of historical coal mining activities.
    The solicitation document outlines a Request for Proposal (RFP) for the Abandoned Mine Lands Emergency Maintenance (AML EM) project at Cougar Mountain Regional Wildland Park, King County, WA. The project, numbered WA-24-003, is issued by the Office of Surface Mining and Reclamation (OSMRE) based in Lakewood, CO, with bids due by September 19, 2024. Contractors are required to furnish performance and payment bonds for projects exceeding $150,000. An invitation for sealed bids emphasizes the importance of submitting the necessary documentation such as construction schedules and qualifications. A mandatory pre-bid meeting will occur on September 11, 2024, at the specified location. Compliance with the Davis-Bacon Act is required, and contractors must be registered in the System for Award Management (SAM). Additionally, all contractors or subcontractors receiving 10% or more of contract funds must undergo an Applicant/Violator System (AVS) evaluation to ensure eligibility under the AML program. The period of performance for the project is set from October 1, 2024, to December 13, 2024, with a projected cost range between $500,000 and $2,000,000. The document underscores essential contractual conditions and compliance measures necessary for completion of the project.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Wichita Mtn. NWR Site Inspection AML
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to conduct site inspections of abandoned mine land at the Wichita Mountains National Wildlife Refuge in Oklahoma. The primary objective of this procurement is to assess potential hazardous substance releases at ten identified sites, ensuring compliance with federal environmental guidelines and determining risks to human health and the environment. This initiative is crucial for addressing contamination issues stemming from historical mining operations, thereby safeguarding ecological integrity and public health within protected areas. Quotations are due by October 11, 2024, and interested contractors must register as active vendors on the System for Award Management (SAM). For further inquiries, contact Adam Graham at adamgraham@fws.gov or call 762-325-0609.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    WA USFS OKWEN 617 76(1) Icicle Creek Rockfall Mitigation Project
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Icicle Creek Rockfall Mitigation Project located in Chelan County, Washington. The project involves implementing rockfall mitigation measures on up to three slopes, including the installation of draped wire mesh, slope scaling, and gabion basket barriers over a length of 0.55 miles. This initiative underscores the government's commitment to infrastructure safety and environmental protection in sensitive natural areas. The estimated contract value ranges from $700,000 to $2,000,000, with a tentative completion date set for summer 2025. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    WA-WILLAPA NWR-AERIAL HERBICIDE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals from small businesses for an aerial herbicide application project aimed at controlling invasive plant species at Leadbetter Point within the Willapa National Wildlife Refuge in Washington. The project involves treating approximately 130 acres of land dominated by non-native plants, specifically Scotch broom, gorse, and Ammophila beachgrass, as part of a broader habitat restoration initiative to support native species such as the streaked horned lark and snowy plover. Contractors will be responsible for providing the necessary equipment and labor for herbicide application, while the USFWS will supply the herbicides and oversee project coordination. Quotations are due by September 23, 2024, and interested parties must be registered as active vendors in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    Timber Cruise - Wildcat DxP
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking proposals from qualified small businesses for timber cruising services at the Okanogan-Wenatchee National Forest, under the project titled "Timber Cruise - Wildcat DxP." The procurement aims to conduct a comprehensive timber cruise covering approximately 500 acres to assess tree species and gather data in accordance with USDA standards, with a focus on maintaining ecological balance and sustainable forestry practices. This opportunity is critical for effective forest management and resource stewardship, ensuring compliance with federal regulations and labor standards, including wage determinations that mandate a minimum wage of $17.20 per hour for workers involved in the project. Interested contractors must submit their proposals, including a technical and price proposal, by the specified deadlines, and can contact Darnell Williams at Darnell.Williams@usda.gov or 458-212-6091 for further information.
    Mt. St. Helen's Sediment Retention Structure Crest Raise
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the "Mt. St. Helen's Sediment Retention Structure Crest Raise" project located in Toutle, Washington. This sources sought notice aims to gather information on the capabilities and qualifications of potential contractors for a Firm-Fixed Price (FFP) contract to raise the crest of the Sediment Retention Structure on the North Fork Toutle River, which is critical for managing sediment flow and maintaining levee protection in the region. The project involves significant construction activities, including mobilization, river diversion, rock excavation, and concrete placement, with an estimated construction value exceeding $10 million. Interested firms must submit their responses by 12:00 PM Pacific Daylight Time on September 20, 2024, to Andrew Sprys at andrew.j.sprys@usace.army.mil, including relevant experience and qualifications.
    Baker Bay Pile Dike Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Baker Bay Pile Dike Repair project located in Ilwaco, Washington. This federal contract involves the repair and replacement of existing pile dikes at the Mouth of the Columbia River, with a construction estimate ranging from $10 million to $25 million. The project is critical for maintaining navigational safety and environmental integrity in the region, requiring compliance with various federal regulations, including labor standards and environmental protections. Interested contractors must submit their proposals electronically by October 15, 2024, and can direct inquiries to Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.
    Hanford Reach National Monument Gravel & Spread
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking proposals for a project to deliver and spread gravel at the Hanford Reach National Monument, with a focus on reinforcing roads around the Wahluke Pond for fire management purposes. Contractors are required to provide 1,200 cubic yards of clean gravel and a water tender to saturate the roads prior to spreading, with the work to be completed within 30 days of receiving the order. This initiative is crucial for maintaining fire safety and access in sensitive wildlife areas, emphasizing the government's commitment to environmental stewardship. Interested contractors must submit their proposals by October 11, 2024, with the project budget set at under $25,000; for further inquiries, contact Thomas Ikner at thomasikner@fws.gov.