Environmental Dredging Services to remediate contaminated sediment associated with the Callahan Mine Superfund Site in Brooksville, Maine.

Agency: DEPT OF DEFENSE
State: Maine
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159177603742443
Posted Date: Apr 16, 2024
Due Date: May 16, 2024
Solicitation No: W912WJ24X0037
Source: Members Only
Follow
Environmental Dredging Services to remediate contaminated sediment associated with the Callahan Mine Superfund Site in Brooksville, Maine.
Active
Contract Opportunity
Notice ID
W912WJ24X0037
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: Apr 16, 2024 11:38 am EDT
  • Original Response Date: May 16, 2024 02:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Brooksville , ME 04617
    USA
Description

Sources Sought W912WJ24X0037





Subject: Environmental Dredging Services to remediate contaminated sediment associated with the Callahan Mine Superfund Site in Brooksville, Maine.





NAICS Code: 562910 Remediation Services



Response Date: 16 May 2024





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, Service-Disabled Veteran-Owned, and Small Business concerns. We intend to award an Invitation for Bid (IFB). The NAICS code for the work described below is 562910 (1000 employees) with an estimated cost range of $5 and $10 million. Work is expected to be performed during off-peak months (September through May).





USACE desires to identify contractors capable of providing Environmental Remediation Services for dredging approximately 6,000 to 10,000 cubic yards of sediment from Goose Cove and covering an area of approximately 1.5 acres. The Goose Cove sediment removal area is located on the Penobscot Bay side of the former Goose Falls Dam with a tidal range of approximately 10 feet and a Mean Lower Low Water (MLLW) depth of approximately 4 to 6 feet. A maximum removal depth of 2-4 ft is required based on the requirements of the Record of Decision and Remedial Design. Tidal surface elevations in this area will provide unimpeded barge access; however, mobilization to this area presents several challenges. Structures within the proposed sediment removal area such as a steel pipe, chains, and moorings, will be removed by the Contractor prior to dredging, and moorings will be replaced after remediation is complete. Unauthorized boat access to Goose Cove will be controlled during remediation activities.





Goose Cove sediment removal can be completed using mechanical or hydraulic methods. Sediment removed from Goose Cove will be hydraulically pumped approximately 1,500 feet to a CAD cell (former mine pit) for tremie placement. Real time hydrogen sulfide air monitoring will be required at the disposal location following an approved UFP-QAPP prepared by the Contractor. To protect against unintended releases of excessive sediment plumes, a turbidity curtain and turbidity monitoring may be required.





Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. After review of the responses to this announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the https://beta.sam.gov/ website for the respective project. NO SOLICITATION IS CURRENTLY AVAILABLE. All interested offerors will have the opportunity to respond to the solicitation announcement at a later time.







Project Information:



The former Callahan Mine was a hard-rock, open-pit mine developed in Goose Pond, a shallow tidal estuary of approximately 75 acres in the Town of Brooksville, Maine. The Site is located approximately 15 miles west of the town of Blue Hill and 35 miles west of the town of Bar Harbor on the northwest side of the Cape Rosier peninsula on Penobscot Bay.



Goose Cove is a narrow 15.5-acre inlet located adjacent to the northwestern end of Goose Pond, immediately north of Goose Falls. During early mine operations, groundwater seepage into the pit and entrained rock dust were pumped to an outfall in Goose Cove. This effluent likely contained fine grained drilling and blasting waste. Because of concerns about sediment accumulation in Goose Cove, an embayment within Goose Pond (Dyer Cove) was dammed off and used as a settling pond to remove a portion of the sediment (rock flour and silt) prior to discharge to Goose Cove. In addition, berms were constructed across portions of Goose Pond to separate surface water flows from mine operating areas and provide a sedimentation basin for overflow and decant discharge from the Tailings Impoundment. As a result of these operations, deposits of light gray, talcose sediment (termed mine waste) accumulated in portions of Goose Cove, Dyer Cove, and South Goose Pond. Areas of mapped mine waste (MACTEC, 2009) coincide with areas used as effluent settling ponds, effluent discharge locations, and sumps. There is an approximate 1.5-acre area (MACTEC, 2009) in Goose Cove coinciding with mine waste deposits like those in Goose Pond.



Additional information about the Callahan Mine Superfund Site is available here: www.epa.gov/superfund/callahan .





Responses:





In order that we may assess your capability to perform this contract adequately, interested firms should submit a capabilities package to include, at the minimum, the following:




  1. Firm’s name, address, point-of-contact, phone number, email address, CAGE and SAM.gov Unique Entity Identifier.






  1. Business classification (e.g., small business, veteran-owned small business (VOSB), Service-disabled veteran-owned small business (SDVOSB).






  1. A description of the firm’s in-house capabilities to accomplish the above stated work requirements and how the firm will meet or exceed the requirements for Federal Acquisition Regulation (FAR) 52.219-14 “Limitations on Subcontracting”. It should also describe the plan/method to be used in selection of team subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work.






  1. Project overview and description for up to five (5) sample environmental dredging remediation projects comparable in scale and complexity to the project described above that were completed within the past seven (7) years. The project overviews shall include a synopsis of the project including project name, client, photos, month/year the firm’s work started and completed; total contract value of the firm’s work specifically; physical size of the impacted area; construction cost; and customer point of contact.






  1. A table indicating whether the sample projects included any of the following elements:

    1. Environmental dredging of contaminated sediment in marine environments.

    2. Mechanical or hydraulic dredging methods.

    3. Hydraulic pumping of sediment and tremie placement.

    4. Preparation and approval of an UFP Quality Assurance Project Plan in compliance with federal quality assurance guidelines identified at EPA QA/G-5, EPA Guidelines for Quality Assurance Project Plans.

    5. An Industrial Hygienist preparing and/or administering an air monitoring program.







If work is intended to be done using a team, please indicate this and include information on the major subconsultant(s) on the team in the information requested above.






  1. Any advice you would give the Government in planning for the procurement of the contract and for construction execution to include comments on use of an IFB procurement.





Responses should be limited to a pdf file that shall not exceed twenty 8.5x11 pages (not including cover sheet). Responses are due by May 16, 2024. Responses should be emailed to Contract Specialist Elizabeth Glasgow at Elizabeth.k.glasgow@usace.army.mil. NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED.





The Government will not pay for any material provided in response to this market survey nor return the data provided. This 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.





Government Agency URL: www.nae.usace.army.mil





Government Agency URL Description: New England District, Corps of Engineers








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
  • Apr 16, 2024 11:38 am 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 >