Connecticut Bids > Bid Detail

Raymark Superfund Site, Stratford CT: Operable Units (OUs) 5 (Shore Road) & 6 (Morgan Francis)

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159252698405233
Posted Date: Oct 31, 2023
Due Date: Nov 30, 2023
Source: https://sam.gov/opp/d3bba0f455...
Follow
Raymark Superfund Site, Stratford CT: Operable Units (OUs) 5 (Shore Road) & 6 (Morgan Francis)
Active
Contract Opportunity
Notice ID
W912WJ24X0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW ENGLAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 31, 2023 12:29 pm EDT
  • Original Response Date: Nov 30, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Stratford , CT
    USA
Description

The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement to determine interest, availability, and capability of 8(a), HUBZone, Women-Owned, Service-Disabled Veteran-Owned, and Small Businesses to perform services for Raymark Superfund Site, OU5 (Shore Road) & OU6 (Morgan Francis). The NAICS code for the work described below is 562910 with a size standard of 1,000 employees. The total contract value is anticipated to be between $25,000,000 - $100,000,000. Solicitation is expected in or around April of 2024 and the work is expected to begin in or around January of 2025. An 18-month duration is expected for the work.



The Raymark Superfund Site includes areas that have been contaminated as a result of manufacturing processes from the former Raymark facility. Specifically, contaminated waste material was used as fill in various locations within the Town of Stratford, CT.



The proposed work is to remediate OUs 5 (Shore Road) & 6 (Morgan Francis). The OU5 remediation requires the excavation and offsite disposal of approximately 10,000 cubic yards of contaminated soil (primarily PCBs, metals, and Asbestos) and site restoration. The OU5 property is in the vicinity of Shore Road and the Housatonic Boat Club. OU6 (Morgan Francis) property was a historically low-lying area that was filled with Raymark waste. The remediation for that property requires the excavation of approximately 5,000 cubic yards of waste from an adjacent creek, restoration, consolidation of that waste on the Morgan Francis Property, and construction of a Resource Conservation and Recovery Act (RCRA) hazardous waste landfill cap and supporting infrastructure. The area of the Morgan Francis site to be capped is approximately 6 acres. The to-be-constructed RCRA cap will have an average thickness of 4’ and will consist of a low permeability liner system with soil cover. The Site abuts a residential area of town and, as such, there are significant air monitoring, dust control, traffic management, and public safety requirements as part of this project.



For more information on the Raymark Superfund Site, please access the link below:



https://cumulis.epa.gov/supercpad/cursites/csitinfo.cfm?id=0100094



This project has the following major components:




  • Remediation, including excavation, and restoration of OU5

  • Remediation, including excavation, and restoration of a section of creek adjacent to Morgan Francis

  • RCRA cap constructed per design and specifications

  • Supporting infrastructure, including but not limited to, stormwater basins, swales, gas vent system, utility corridors, access roads

  • Robust air monitoring and dust prevention practices



Interested firms should demonstrate their project experience by providing two (2) projects completed within the last ten years, which meet all of the following requirements:




  1. Excavation and restoration of property containing contaminated soil

  2. Successful management, scheduling, and construction of a RCRA landfill cap greater than 1 acre

  3. Installation of RCRA landfill cap support infrastructure, including gas venting, stormwater water control features, access roads, and utility corridors

  4. Experience with environmental characterization and sampling of various media (i.e., air, soil, and water)



Interested firms should submit a capabilities package to include the following:




  • Business classification (i.e., HUBZone, etc.).

  • Qualifications.

  • Two project examples that meet all of the requirements noted above. The project examples must have been performed within the last ten years.

  • Include a point of contact (POC) and phone number for each project example. The POC(s) shall be available to provide further information on contractor’s effort and performance.

  • Please indicate all subcontractors that will be used to support the offeror’s effort and include their prior experience and qualifications.



Responses are limited to twenty pages and due by November 30, 2023. Responses should be sent electronically to Tyler.S.Maryak@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be in effect for a period of one year from the date of this notice.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 696 VIRGINIA ROAD
  • CONCORD , MA 01742-2751
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 31, 2023 12:29 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >