Architect-Engineering (A-E) Services for Remedial Action at Midnite Mine Superfund Site, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)

Agency: DEPT OF DEFENSE
State: Washington
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159853441740797
Posted Date: Apr 11, 2024
Due Date: Apr 26, 2024
Solicitation No: W912DW24R0ZO2-1
Source: Members Only
Follow
Architect-Engineering (A-E) Services for Remedial Action at Midnite Mine Superfund Site, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
Active
Contract Opportunity
Notice ID
W912DW24R0ZO2-1
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 11, 2024 02:05 pm PDT
  • Original Response Date: Apr 26, 2024 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Wellpinit , WA
    USA
Description

Sources Sought Announcement for Architect-Engineering (AE) Services for Remedial Action at Midnite Mine Superfund Site, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)



I. Sources Sought:



a. This is a sources sought announcement for information only, to be used for market research and preliminary planning purposes. No proposals are being requested or accepted with this sources sought announcement. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests.



b. The purpose of this sources sought announcement is to gain knowledge of interest, capabilities, and qualifications of interested AE firms who are able to demonstrate their capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition planning decisions. The proposed work will be performed under the following North American Industry Classification (NAICS) codes: 541330 for Engineering Services. The associated small business size standard is $25.5M in average annual receipts. For more information concerning NAICS and SBA size standards, go to https://www.sba.gov.



c. The USACE NWS anticipates soliciting and awarding a cost-reimbursement contract under Public Law (PL) 107-217, currently titled AE Statute (formally the Brooks Act) and Federal Acquisition Regulations (FAR) Subpart 36.6, “Architect-Engineer Services.” Both large and small business AE firms are encouraged to respond to this Sources Sought announcement.



d. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work.



e. The anticipated contract will consist of a five (5) year period.



f. Description of AE Services: The anticipated contract is for AE support services during Remedial Action (RA) implementation to be conducted at the Midnite Mine Superfund Site (Site), located in Wellpinit, Washington, and on the Spokane Tribe Reservation in Stevens County, Washington.



The Environmental Protection Agency (EPA) is the lead agency for the remediation of the Site and is responsible for approving all plans and reports related to implementing the RA. The Potentially Responsible Party (PRP) is implementing the RA in accordance with the Record of Decision issued by EPA in 2006 and the Consent Decree lodged by the United States District Court in 2012. The RA involves the cleanup of contaminated mine waste (including consolidation of above-grade mine waste into two existing pits), impacted sediments in creeks and drainages, and groundwater associated with the former mine.



The Site includes an inactive open-pit uranium mine and areas and media impacted by mine-related contamination. The most notable features present at the inactive mine today include haul roads, waste rock piles, protore piles, two open pits, backfilled pits, a seep collection system, pollution control pond (PCP), mine buildings, and a water treatment plant. Contaminants at the Site include radionuclides and heavy metals mobilized because of mining activities and environmental processes, such as acid rock drainage, radioactive decay, and particulate transport. Approximately 350 acres were disturbed by mining operations. Other unique site features include:



• The site is in steep terrain – mountainous, forested region, readily accessible but not close to services/suppliers. May encounter cold, heat, dry, and snow conditions.

• The site has both acid rock drainage and radiation.

• Groundwater occurs under the site in fracture flow.

• Radiation and other minerals are required to be cleaned up to background, which is difficult to discern.

• The site has complex jurisdictions and relationships with the local (mostly Tribal) government.

• Tribal community impacted by history of mining, milling, uneven economic and health outcomes, and federal/tribal relationship.



AE services required to support the Site include monitoring RA field work conducted by the PRP, technical review of RA plans and reports, community involvement support, technical project meetings, and remedial design technical support for drainage assessment.



II. REQUIREMENT:



A. Responses to this Sources Sought shall be limited to 3-pages and shall include the following information.



1. Interested Firm’s name, address, point of contact, phone number, and email address.



2. UEI and CAGE Code.



3. Interested Firm’s business classification (i.e., small business, small-disadvantaged business, woman-owned small business, historically underutilized business zone, 8(a) program, or other than small business).



4. A brief description of the interested firm's capability to perform a requirement of similar magnitude and complexity to the work described above, particularly as it relates to RA implemented by a PRP at a CERCLA mine site involving acid rock drainage and radiation. Brief description shall demonstrate the interested firm’s ability to provide a team of qualified and experienced A-E personnel to perform the work. Identifying any previous or current contracts/task orders involving similar work is encouraged.



5. Demonstrated experience on previous projects of similar scope and complexity, particularly as it relates to RA implemented by a PRP at a CERCLA mine site involving acid rock drainage and radiation. Project experience description should include contract number and project title, location, completion date, and general description of the A-E Services to demonstrate relevance to the project. Experience monitoring RA field work conducted by a PRP on a CERCLA site in support of EPA is preferred. Description should also include the interested firms' role in the project and dollar value of contract. Include a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Provide at least one (1) but no more than five (5) examples. Experience as the Prime Firm is preferred.



*Please note that a small business firm may submit a capability statement that includes the expertise of large/small business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the tasks that the businesses intend to perform and the specific areas. Refer to teaming arrangement requirements pursuant to the FAR clause at 52.219-14, entitled “Limitations on Subcontracting.”



6. Of the total summary Description of Proposed AE Project:



a. Do you believe all aspects of the project could be performed by the small business sector? Yes No



b. As a large business / small business, what estimated percentage of the TOTAL project would you self-perform? ________%



c. Please specify/describe which areas are best suited for subcontracting to the small business sector. Also identify your intentions to team or subcontract any work.



d. What do you think can be subcontracted out to small business?



Small Business (SB) ____%

Small Disadvantage Business (SDB) ____%

Woman-Owned SB (WOSB) ____%

Veteran-Owned SB (VOSB) ____%

Service-Disabled VOSB (SDVOSB) ____%

Historically Underutilized Business Zone (HUBZone) ____%



B. Offerors shall NOT submit an SF330 in response to this Sources Sought announcement.



C. Submission of interest is not a prerequisite to any potential future offerings, but vendor responses will assist NWS in identifying sources with required capabilities. If a solicitation is released, it will be synopsized on SAM.gov ONLY.



D. Interested offerors shall respond to this Sources Sought no later than 1:00 PM, Pacific Standard Time, on April 26, 2024. Email responses to Russell Armstrong (russell.j.armstrong@usace.army.mil).



E. Points of Contact: Contracting Division, Russell Armstrong (russell.j.armstrong@usace.army.mil). Small Business Programs POC: Enshane’ Nomoto (enshane.nomoto@usace.army.mil).




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 11, 2024 02:05 pm PDTSources 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 >