F--ESTER DOME MINE CLEANUP
ID: 140L6324Q0042Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF LAND MANAGEMENTALASKA STATE OFFICEANCHORAGE, AK, 99513, USA

NAICS

Remediation Services (562910)

PSC

NATURAL RESOURCES/CONSERVATION- SURFACE MINING RECLAMATION (NON-CONSTRUCTION) (F011)

Set Aside

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

    The Bureau of Land Management (BLM) is seeking proposals for the Ester Dome Mine Cleanup project in Alaska, focusing on the remediation of waste and contaminated soil at three designated sites near Fairbanks. The primary objective is to remove solid and hazardous waste, including scrap metal, abandoned vehicles, and contaminated soil, while adhering to strict environmental and safety protocols. This project is crucial for restoring federal lands and ensuring compliance with environmental regulations, with a contract performance period from October 1, 2024, to September 30, 2025. Interested contractors must submit their proposals by September 9, 2024, and can direct inquiries to Laura Sherman at lsherman@blm.gov or by phone at 907-271-4440.

    Point(s) of Contact
    Sherman, Laura
    (907) 271-4440
    (907) 271-4595
    lsherman@blm.gov
    Files
    Title
    Posted
    The Bureau of Land Management (BLM) Eastern Interior Field Office (EIFO) is initiating the Ester Dome Cleanup project in Alaska, focusing on the removal of waste and contaminated soil at three sites near Fairbanks. The primary goal is to eliminate all solid and hazardous waste, along with contaminated soil, from the Abandoned Mine Land (AML) sites located along Ester Dome and Saint Patrick Roads. Each site has unique characteristics: Site 1 involves the removal of scrap metal and solid waste; Site 2 includes a stained drum and debris near a collapsed structure; and Site 3 contains abandoned vehicles and various debris. The contractor must adhere to strict protocols concerning invasive species prevention, cultural resource protection, wildlife conservation, and public safety, ensuring that all actions align with federal regulations. Sampling for soil contamination must occur, particularly near identified contaminated areas, and all waste must be disposed of appropriately within state-approved facilities. Project completion is mandated by September 30, 2025, with contractors responsible for creating detailed work plans and final reports documenting all actions taken. This project underscores BLM's commitment to environmental cleanup and safety compliance in managing federal lands.
    The U.S. Department of Labor's Wage Determination No. 2015-5683 outlines minimum wage rates and fringe benefits for contractors under the Service Contract Act, specifically applicable in Fairbanks North Borough, Alaska. It stipulates that contracts entered into or renewed after January 30, 2022, must pay covered workers at least $17.20 per hour, as per Executive Order 14026. For contracts awarded from January 1, 2015, to January 29, 2022, the minimum wage is $12.90 per hour under Executive Order 13658 if not renewed. The document details various occupations and their respective wage rates across multiple fields, including administrative support, automotive service, food preparation, and health occupations. It specifies additional benefits like health and welfare, vacation time, and holiday pay. The document also includes provisions for paid sick leave under Executive Order 13706 and outlines the conformance process for unlisted job classifications, ensuring equitable wage determination for all employee categories engaged under these contracts. Overall, this filing serves as a compliance guide for federal contractors regarding wage standards and employment practices mandated by federal law, ensuring that employees are fairly compensated while performing contract work for the federal government.
    The document is an amendment to the federal government solicitation 140L6324Q0042, specifically addressing a query regarding site #2 of a project. It clarifies that the concrete pad at this location is to be removed, not merely cleaned around. Furthermore, it reminds potential bidders of the requirement to complete and sign the Standard Form 1449 (Solicitation) and any Standard Form 30s (Amendments) to be submitted to the contracting officer. This communication underscores the importance of adhering to submission protocols as part of the bidding process. The overall purpose of the document is to provide clarity to the bidders, ensuring they understand the specific requirements of the solicitation while emphasizing compliance with formal submission procedures.
    This document is an amendment to a government solicitation, specifically referencing the solicitation number 140L6324Q0042. Its primary purpose is to publish a question and answer relevant to the solicitation while indicating that no other changes have been made. It emphasizes the importance of acknowledging the receipt of this amendment, which can be done through various means such as signing copies, sending separate letters, or electronic communications to designated officials. The deadline for the offer acknowledgment is critical, as failure to comply may result in rejection. Furthermore, the amendment notes a requirement for a contractor's confirmation of receipt and outlines the process for modifying any previously submitted offers. Questions related to this amendment should be directed to the contracting officer, Laura Sherman, whose contact details are provided. Thus, the document primarily serves as an important notice for contractors participating in the solicitation process while ensuring adherence to procedural requirements and deadlines.
    The Bureau of Land Management (BLM) has issued a Request for Proposal (RFP) for the remediation of mine cleanup at Ester Dome, Alaska. The project is categorized under the Product/Service Code F011 — Natural Resources/Conservation - Surface Mining Reclamation (Non-Construction). The contract is anticipated to be a firm-fixed price agreement, with proposals due by 09/09/2024. Compliance with the Buy American Act is mandatory, and funds are allocated for delivery to the BLM's Fairbanks District Office. Key components of the procurement process include submission details, evaluation criteria based on price and technical acceptability, and representations pertaining to small business designations, including preferences for service-disabled veteran-owned and women-owned businesses. Proposals may be submitted via electronic means, fax, or email. The BLM emphasizes the importance of adhering to federal solicitation provisions and guidelines during the offer submission process. Additionally, contractors must provide information regarding their compliance with other federal regulations, including labor standards and contract-related certifications. The anticipated period for performance is from October 1, 2024, to September 30, 2025.
    Lifecycle
    Title
    Type
    ESTER DOME MINE CLEANUP
    Currently viewing
    Solicitation
    Similar Opportunities
    P--AK-YUKON FLATS NWR-DEMOLISH BIA SCHOOL
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking qualified small businesses to provide demolition services for the Bureau of Indian Affairs (BIA) school located at the Yukon Flats National Wildlife Refuge in Beaver, Alaska. The project requires contractors to execute a comprehensive demolition plan, including the removal of structures and compliance with environmental regulations, particularly concerning asbestos disposal and soil contamination assessments. This initiative is crucial for the restoration and management of the wildlife refuge, ensuring that the area is safe and environmentally sound for future use. Interested contractors must submit their quotes by 2:00 PM ADT on September 20, 2024, and are required to be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Anthony Kuntz at anthonykuntz@fws.gov or (571)-547-3403.
    FY26 Integrated solid waste management (Refuse) JBER AK
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Integrated Solid Waste Management services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The contractor will be responsible for managing the collection, processing, and disposal of municipal solid waste across approximately 461 locations on the base, adhering to all relevant federal, state, and local regulations. This procurement is particularly significant as it emphasizes environmental stewardship and compliance with waste management standards, with a total evaluated contract value of $1,440,270 over a base year and four option years. Interested small business firms under the 8(a) program must submit proposals by September 23, 2024, and can direct inquiries to primary contact Clifford Dockter at clifford.dockter@us.af.mil or secondary contact Zachary Braum at zachary.braum@us.af.mil.
    WATER QUALITY MONITORING EQUIPMENT
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) under the Department of the Interior is seeking proposals for the acquisition of water quality monitoring equipment, specifically chemical analysis instruments, to be utilized in Alaska. The procurement includes a brand-name requirement for various EXO sensors, with a total of 21 units needed, and all products must comply with the Buy American Act. This equipment is crucial for monitoring environmental conditions and ensuring compliance with federal regulations. Interested small businesses must submit their proposals by August 28, 2024, with a delivery deadline set for April 1, 2025. For further inquiries, potential bidders can contact Laura Sherman at lsherman@blm.gov or by phone at 907-271-4440.
    F--Environmental Consulting Services/Remediation Services
    Active
    Interior, Department Of The
    The Bureau of Indian Affairs (BIA) is seeking responses for environmental consulting and remediation services focused on the preservation of historical federal paper records at their Western Nevada Agency in Carson City. The primary objective is to inspect, test, and remediate potentially contaminated documents categorized as "records in jeopardy," which include 15 oversized ledger books and 15 one-cubic-foot boxes of standard paper records that may be affected by dust, mold, insects, or vermin. This initiative underscores the BIA's commitment to effective records management and preservation, ensuring the longevity and accessibility of important historical documents. Interested vendors must submit their capabilities statements, including a Unique Entity Identification (UEI) number and a summary of similar projects, by 12:00 p.m. Pacific Time on October 18, 2024, to Melanie.Schiaveto@bia.gov.
    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.
    B--BLM-CO ESCALANTE RANCH INVENTORY
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for Class III cultural inventories at two sites in Colorado: Escalante Ranch (520 acres) and Owl Ridge Arch (1,330 acres). The objective is to conduct thorough cultural resource surveys to identify and evaluate historical properties in compliance with the National Historic Preservation Act, ensuring that all findings are documented according to established standards. This procurement is critical for preserving cultural heritage and managing resources effectively within the BLM's jurisdiction. Proposals are due by September 16, 2024, and must be submitted to Patrick Frost at pfrost@blm.gov, with a focus on demonstrating managerial qualifications, technical expertise, and compliance with federal labor regulations, including adherence to wage determinations under the Service Contract Act.
    The National Park Service (NPS) will release a prospectus on September 3, 2024, soliciting proposals to award a ten (10) year concession contract to provide guide tours of historic buildings within the Kennecott Mines National Historic Landmark.
    Active
    Interior, Department Of The
    The National Park Service (NPS) is set to release a prospectus on September 3, 2024, inviting proposals for a ten-year concession contract to provide guided tours of historic buildings at the Kennecott Mines National Historic Landmark in Alaska. The selected contractor will be responsible for delivering engaging and informative tours that highlight the historical significance of the site, which is a key attraction within the national park system. A site visit is scheduled for September 13, 2024, at 10:00 AM, allowing interested parties to familiarize themselves with the location and requirements; registration details can be found in the prospectus available on the NPS Commercial Services website. For further inquiries, potential bidders can contact Mark Keogh at markkeogh@nps.gov or David Lucas at davidlucas@nps.gov.
    Cougar Mountain AML Construction WA-24-003
    Active
    Interior, Department Of The
    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.
    F--Big River Mine Tailings, (OU2) Sediment Removal
    Active
    Environmental Protection Agency
    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.
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The procurement aims to ensure clean and safe recreational environments by providing management, labor, and supplies for janitorial tasks across multiple sites, including vault toilet cleaning and litter removal. This initiative is crucial for maintaining public facilities in wilderness areas, enhancing accessibility, and promoting environmental stewardship. Interested small businesses must submit their offers by September 16, 2024, following a site visit on September 9, 2024, and can direct inquiries to Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766.