Remediate Contaminated Sediment in Goose Cove to Support the Callahan Mine Superfund Site in Brooksville, Maine
ID: W912WJ25BA005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Remediation Services (562910)

PSC

ENVIRONMENTAL SYSTEMS PROTECTION- ENVIRONMENTAL REMEDIATION (F108)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors to provide 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 adherence to strict environmental and safety protocols, including the development of a comprehensive Health, Safety, and Emergency Response Procedures plan. This remediation effort is critical for addressing historical contamination from mining operations and ensuring environmental compliance, with a government estimate for the project set at $793,074.00. Interested contractors must submit their bids by May 27, 2025, and can direct inquiries to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL.

    Files
    Title
    Posted
    The document serves as an amendment to a solicitation regarding environmental services, specifically modifying a contract or order under the U.S. Army Corps of Engineers. It indicates an extension in the deadline for offer submissions and outlines the required acknowledgment methods for this amendment. Notably, responses to Requests for Information (RFIs) clarify that this is not a construction contract but designated as an environmental services contract. The amendment also emphasizes that contractors are required to submit specific documents—including signed solicitation forms and bid schedules—alongside their bids. It reinforces that adherence to completion requirements is essential for bid acceptance. Overall, this amendment seeks to clarify submission requirements and confirm the nature of the contract, ensuring participants understand the obligations for compliance with the solicitation terms.
    The analytical report for the Callahan Mine, conducted by Alpha Analytical under the U.S. Army Corps of Engineers, assesses sediment samples collected on October 17, 2023. The report details the results of various analyses, including total metals concentrations for parameters like copper, lead, and zinc, expressed in mg/kg. Quality control measures are outlined, noting any deviations and remediation techniques used to maintain the integrity of results, including post-digestion spikes. The report indicates that all samples were processed in accordance with NELAP standards, providing a structured summary that organizes data by parameters and includes results for each sample location. The document serves as a vital component for evaluating environmental impacts related to the Callahan Mine, ensuring compliance with regulatory standards and guiding potential remediation efforts. Overall, the report reflects Alpha Analytical’s commitment to transparency, accuracy, and quality in environmental analysis.
    The document is an amendment to a solicitation for a project focused on remediating contaminated sediment in Goose Cove, related to the Callahan Mine Superfund Site in Brooksville, Maine. The amendment extends the deadline for offer submissions, outlines electronic submission instructions via the Procurement Integrated Enterprise Environment (PIEE), and specifies requirements for cost and labor, including applicable wage determinations. Key changes include revised descriptions and specifications for project tasks, updated bid opening procedures, and instructions for preconstruction submittals. A virtual bid opening will occur via Microsoft Teams, and offerors are reminded to comply with security requirements during the project. The amendment also emphasizes the contracting officer's role and the importance of SAM registration for bidders. Stakeholders are invited to submit inquiries by a specified deadline and must utilize the designated file naming conventions and electronic submission protocols. Contractor obligations regarding performance evaluation and the promotion of veterans' employment are highlighted. The overall purpose of the document is to provide clarification on project requirements and to facilitate competitive bidding in compliance with federal regulations.
    The document is an amendment to a solicitation, extending the offer submission deadline and providing details related to a construction project. It outlines methods for acknowledgment of the amendment and stipulates that failure to acknowledge may result in offer rejection. The amendment includes a summary of changes, adding miscellaneous text regarding site visit sign-ins and responses to contractor inquiries (RFIs) related to dredging operations. Specific questions address tolerances for disposal coordinates, agreements for land use, disposal pipe requirements, tides, and contractor responsibilities for debris disposal. Notably, it specifies that no bid bonds are required for the project and that the organized site visit has already taken place. The focus of this document is to convey critical updates and ensure compliance with solicitation requirements in the context of federal contracting processes.
    This document outlines an amendment to a federal solicitation related to a construction project managed by the U.S. Army Corps of Engineers. The amendment extends the bid opening date to May 27, 2025, while clarifying specific requirements regarding safety and health management on the project. Key points include the distinct roles of the Safety and Health Manager (SHM) and the Site Safety and Health Officer (SSHO), outlining qualifications and responsibilities for personnel involved in hazardous waste operations. The document also addresses common inquiries about personnel decontamination protocols, personal protective equipment (PPE) requirements, and the use of turbidity curtains during dredging activities. Interested contractors are instructed to acknowledge receipt of the amendment by specified methods to avoid rejection of their proposals. Overall, the amendment ensures clarity related to safety standards and requirements, reinforcing the project's commitment to health and safety regulations while allowing for effective project execution.
    The Goose Cove Remediation project at the Callahan Mine Site in Brooksville, ME, outlined in Amendment 0002, focuses on establishing comprehensive Health, Safety, and Emergency Response Procedures for contaminated sites. The document emphasizes the development and implementation of an Accident Prevention Plan/Site Safety and Health Plan (APP/SSHP), detailing staff organization, qualifications, responsibilities, and emergency response protocols. Key components include preconstruction safety conferences, training requirements for workers, and rigorous monitoring of exposure to hazardous substances. The project delineates work zones (Exclusion Zone, Contamination Reduction Zone, Support Zone) to manage contamination risks effectively, while ensuring robust personal protective equipment (PPE) protocols are in place for all personnel. Procedures for medical surveillance, spill and discharge control, and decontamination of workers and equipment are highlighted. The document also stresses the importance of ongoing training, inspections, and a structured emergency response plan that coordinates with local emergency services. This meticulous approach aims to ensure safety and compliance throughout the remediation process, reflecting the federal and state standards for managing hazardous waste operations.
    The document addresses an amendment to a solicitation referenced by the Army Corps of Engineers for a dredging project. It outlines the necessary procedures for acknowledging the amendment, which include officially notifying the contracting officer through various specified methods. The amendment responds to requests for information (RFIs) regarding project specifications, confirming that no Controlled Unclassified Information is included and clarifying contractor responsibilities regarding a Quality Assurance Project Plan (QAPP). Additionally, it reassures that the contract's lump sum payment structure remains fixed regardless of actual quantities dredged, and establishes that the Dredging Operations Plan encompasses required project strategies. The amendment emphasizes the contractor’s role in detailing production rate measurements and compliance conditions. Overall, this document serves to enhance clarity and facilitate compliance with project requirements while ensuring the solicitation process remains transparent and orderly.
    The document is an amendment to a federal solicitation concerning dredging operations, modifying contract requirements and responses to requests for information (RFIs). The amendment clarifies procedures for handling specific materials during dredging, stipulates hours of operation, and outlines responsibilities for safety and access around construction sites, ensuring compliance with government regulations. Key points include allowing certain materials to be left intact if properly documented, managing debris and obstructions per existing specifications, and confirming contractor responsibilities for public access. Adjustments to contract terms are discussed, including the basis for quantity adjustments and limitations on operational hours. The amendment maintains all unchanged terms from the original solicitation, aiming to facilitate understanding and compliance among contractors, while ensuring project goals are met efficiently.
    The document abstracts offers for a construction project titled "Remediate Contaminated Sediment in Goose Cove to Support the Callahan Mine Superfund Site in Brooksville, Maine." A formal solicitation (W912WJ25BA005) was issued on April 17, 2025, with bids opened on May 27, 2025. It outlines competitive bids from multiple contractors, including DUWAMISH SERVICES, LLC, ENVIRONMENTAL RESTORATION LLC, VIKING DREDGING LLC, CAPE ENVIRONMENTAL MANAGEMENT INC, and J.F. BRENNAN COMPANY INC. The government estimate for the project is $793,074.00, with submitted bids ranging from $1,234,500.00 to $2,423,000.00. Key components of the bids focus on mobilization, demobilization for dredging, and environmental dredging of Goose Cove, detailing estimated quantities, unit prices, and projected total amounts for each offer. The bidding process emphasizes transparency, as certified officials state their compliance with procedures, and includes mechanisms for acknowledging amendments. The abstract conveys vital aspects of project management, contractor engagement, and compliance related to federal solicitations, underscoring the government's commitment to environmental remediation and restoration efforts.
    Similar Opportunities
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    2026-2028 Dillingham Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the 2026-2028 Dillingham Harbor Maintenance Dredging project in Dillingham, Alaska. This contract requires the contractor to perform maintenance dredging, manage the placement of dredged materials at a designated open-water site, and conduct pre- and post-dredge surveys, ensuring compliance with all applicable federal, state, and local regulations. The project is critical for maintaining navigability and safety in the harbor, and the contract will be awarded as a firm-fixed price, with construction wage rates applicable. Interested contractors should reach out to Jennifer Gosh at Jennifer.Gosh@usace.army.mil or George Nasif at George.G.Nasif@usace.army.mil for further details.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    FY26 Duluth-Superior Maintenance Dredging (MD)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance dredging services at the Duluth-Superior Harbor in Minnesota and Wisconsin. The project requires contractors to mobilize dredging equipment to perform mechanical dredging within designated areas of the harbor, with an estimated volume of dredged material ranging from 75,000 to 140,000 cubic yards, and depths of approximately 28 to 31 feet below Low Water Datum. This maintenance dredging is crucial for ensuring navigational safety and operational efficiency in the harbor, with the anticipated performance period set from June 15, 2026, to October 30, 2026. Interested parties must submit their responses, including a completed questionnaire detailing their capabilities and past project experience, to Contract Specialist Joseph Orlando and Contracting Officer Michelle Barr by 2:00 PM Eastern Time on January 5, 2026.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    W912HN25BA021 - Brunswick Entrance Channel Widener Dredging Project.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Brunswick Entrance Channel Widener Dredging Project, located in Brunswick Harbor, Georgia. This project involves maintenance dredging services, specifically the removal of approximately two million cubic yards of material from the entrance channel and adjacent areas, with dredged material to be disposed of offshore. The contract is critical for maintaining navigational depths and ensuring safe passage for vessels in the harbor. Interested bidders must submit their proposals electronically via the PIEE system by December 19, 2025, at 1:00 PM EST, and can direct inquiries to Rohan Bryan at rohan.a.bryan@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    DUSTPAN DREDGE BRIDGE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the provision of a fully crewed and equipped self-propelled dustpan hydraulic pipeline dredge and associated equipment for dredging operations in the Mississippi River and surrounding waterways. The procurement includes the removal and disposal of shoal material, requiring a comprehensive setup that consists of various barges, a survey boat, tenders, and a significant length of floating pontoon pipeline. This dredging operation is crucial for maintaining navigability and ensuring the efficient movement of goods along vital waterways in the New Orleans District. Interested parties can reach out to Margaret C. Maine at margaret.c.maine@usace.army.mil or by phone at 504-862-2211 for further details regarding the contract specifications and requirements.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Hopper Dredge Disposal Area project, specifically Project 24-2 located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of this material in designated restoration areas, adhering to specified dimensions outlined in the contract drawings. This dredging project is significant for maintaining navigational channels and environmental restoration, with a contract value estimated between $25 million and $100 million. The solicitation is expected to be issued around December 5, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.