Search Contract Opportunities

Remediation Services at the Ely Copper Mine Superfund Site in Vershire, Vermont.   3

ID: W912WJ23R0005 • Type: Presolicitation

Description

Pre-Solicitation Notice - Ely Copper Mine Superfund Site, Vershire, VT

NAICS Code:

562 -- Waste Management and Remediation Services/562910 -- Remediation Services

Synopsis:

The U.S. Army Corps of Engineers, New England District will be issuing a Request for Proposal for a Single Award Task Order Contract (SATOC), Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Remediation Services at the Ely Copper Mine Superfund Site in Vershire, Vermont. The total acquisition value of the contract awarded under this solicitation is not to exceed $40,000,000 and will have a five-year ordering period. This will be a Small Business Set-Aside, Best Value Trade-off award. The NAICS code for the work is 562910 (size standard is 1,000 employees).

The Project Site, The Ely Copper Mine, is an abandoned copper mine located in Vershire, Orange County, Vermont and encompasses approximately 350 acres where historic mining activities took place. This includes about 30 acres of waste material containing an estimated 172,000 tons of waste rock, tailings, ore roast beds, slag heaps and smelter wastes. The Site also includes over 3,000 linear feet of Underground Mine Workings along with the associated shafts and adits. No buildings remain at the Site. Remnant foundations, pads, and stone walls, including a 1,400-foot-long smoke flue, demark the location of the former Site structures including a former flotation mill and the smelter plant. The contemplated work under the initial task order is associated with Operable Units (OU) 1, 2 and 3. OU1 includes areas that are the primary source of the surface water and sediment contamination to Ely Brook, Pond 4, Pond 5 and Schoolhouse Brook. OU2 includes the Underground Workings on the southern side of Dwight Hill and approximately 12 shafts, adits, vents or other openings. OU3 includes the Underground workings on the northern side of Dwight Hill. There are no surface features in OU3. If the EPA executes a Record of Decision for OU4, the remedy will include stream restoration and capping of the smelter area.

The selected remedy for OU1 is a comprehensive approach that addresses all current and potential future risks caused by contaminated soil, waste rock, tailings, surface water, and sediment in the OU1 area of the Site. Specifically, this remedial action includes: the excavation of about 107,000 cubic yards (cy) of contaminated waste rock, soil, and sediment with the consolidation of this material under a cover system in an on-site containment cell; and the excavation of about 4,000 cubic yards of contaminated tailings from the Tailings Area (TA) and consolidation under a cover system.

The selected remedy for OU2/OU3 includes a passive surface water treatment system to treat the discharge from the Main Adit without changing the air flow in the Main Shaft and the permanent closure of the Deep Adit by filling in-place with grout and/or flowable fill to reduce or eliminate Acid Mine Drainage (AMD). The other mine features will be filled unless they are determined to be hibernacula for the state- or federally listed threatened or endangered bats.

All work will be performed in accordance with CERCLA, the OU1 Record of Decision signed in September 2011, the OU2/3 Record of Decision signed in June 2016, and the OU1 Explanation of Significant Differences signed in September 2019, and EPA green and sustainability principles.

This is not a request for proposals at this time. The solicitation requirements and contract documents to include instructions for submission and the response date will be available on or about October 4, 2023. Contract award of the Base ID/IQ Contract and Seed Task Order is scheduled for April 2024 with Seed Task Order construction completion in 2026. Award will be made to the offeror demonstrating the best value to the Government, taking into consideration the stated evaluation factors such as qualifications, experience, past performance on similar projects, and cost/price, as well as their respective weightings as specified in the solicitation. Specific instructions and evaluation factors will be provided in the solicitation.

Neither telephonic, mailed nor fax requests for hard copies will be accepted. The solicitation will only be available online; in order to view the solicitation offerors must access the System for Award Management website (www.sam.gov). To download the solicitation, offerors must access the Procurement Integrated Enterprise Environment (https://piee.eb.mil/), solicitation module. Amendments, if any, to the solicitation will be made available at the PIEE website. Registrants are responsible for the accuracy of the information on the SAM.gov Registration List. All responsible sources may submit a bid which shall be considered by the New England District. Additional questions may be emailed to the Contract Specialist at Elizabeth.k.glasgow@usace.army.mil. This notice does not commit the U.S. Government to contract for any supply or service.

Overview

Response Deadline
Sept. 29, 2023, 5:00 p.m. EDT Past Due
Posted
Sept. 14, 2023, 6:32 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Vershire, VT 05079 United States
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
90%
Vehicle Type
Indefinite Delivery Contract
On 9/14/23 USACE New England District issued Presolicitation W912WJ23R0005 for Remediation Services at the Ely Copper Mine Superfund Site in Vershire, Vermont. due 9/29/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F999.
Primary Contact
Name
Elizabeth Glasgow   Profile
Phone
(978) 318-8671

Documents

Posted documents for Presolicitation W912WJ23R0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912WJ23R0005

Award Notifications

Agency published notification of awards for Presolicitation W912WJ23R0005

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W912WJ23R0005

Contract Awards

Prime contracts awarded through Presolicitation W912WJ23R0005

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912WJ23R0005

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912WJ23R0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912WJ23R0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST NEW ENGLAND
FPDS Organization Code
2100-W912WJ
Source Organization Code
100221388
Last Updated
Oct. 30, 2023
Last Updated By
elizabeth.k.glasgow@usace.army.mil
Archive Date
Oct. 30, 2023