New York Bids > Bid Detail

Engineered Landfill Cap at the Seaway FUSRAP Site

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
Opps ID: NBD00159009480386923
Posted Date: May 15, 2023
Due Date: Apr 28, 2023
Solicitation No: W912P423S0004
Source: https://sam.gov/opp/9ab7afb82e...
Follow
Engineered Landfill Cap at the Seaway FUSRAP Site
Active
Contract Opportunity
Notice ID
W912P423S0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST BUFFALO
General Information
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 15, 2023 03:07 pm EDT
  • Original Published Date: Apr 13, 2023 03:28 pm EDT
  • Updated Response Date: Apr 28, 2023 01:00 pm EDT
  • Original Response Date: Apr 28, 2023 01:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: F999 - OTHER ENVIRONMENTAL SERVICES
  • NAICS Code:
    • 562910 - Remediation Services
  • Place of Performance:
    Town of Tonawanda , NY 14150
    USA
Description

ENGINEERED LANDFILL CAP AT THE SEAWAY FUSRAP SITE



THIS IS A SOURCES SOUGHT NOTICE ONLY.



USACE Buffalo District intends to determine the extent of capable Firms that are engaged in providing the required resources and services described hereunder. The responses to this request for information Notice will be used for planning purposes only. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.



GOVERNMENT REQUIREMENTS:



The Seaway Site (historically known as Niagara Landfill) is an inactive landfill located on River Road in the Town of Tonawanda, New York. The Seaway Site is located within the 100-acre Seaway Industrial Park located along River Road in the Town of Tonawanda, Erie County, New York, north of Buffalo and just south of the Niagara River. The Site was operated as a landfill by Browning-Ferris Industries (BFI) through 1993. After ceasing operations approximately 58 acres of the landfill was capped by BFI in accordance with requirements of the New York State Department of Environmental Conservation (NYSDEC) requirements at the time of closure. The remaining 22-acre uncapped areas consist of areas of known Formerly Utilized Sites Remedial Action Program (FUSRAP)-related contaminants.



Uncapped portions of the Seaway Site within the scope of the Project are divided into the following areas:



a. Area A: This area is approximately 12 acres in size located in the northeast section of the landfill. Most FUSRAP-related contamination is at or near the surface, but some has been covered with a thin layer of soil or refuse up to 10 feet in depth.



b. Areas B and C: These areas are located between two closed portions of the landfill covering approximately 7 acres. The United States Army Corps of Engineers (USACE) also determined that Areas B and C were a single contiguous area. The majority of these areas have been covered with a thick layer of soil and refuse, ranging from a few feet to more than 70 feet (Appendix A).



c. Other Uncapped Landfill Area: This area is located between Areas A, B, and C and the closed portions of the landfill covering approximately 3 acres.



The Work includes constructing the engineered cap over Areas A, B, and C and approximately 3 acres of other uncapped landfill of the Seaway Landfill and incidental related work. The purpose of the engineered cap is to minimize surface water infiltration, limit erosion of the cover over the landfill, limit exposure to landfill contents, and limit releases of liquids and gas in accordance with the Record of Decision (ROD) dated October 2009.



The project has been prepared to facilitate construction of the engineered cap. The plan includes design for site demolition; subgrade regrading and waste relocation; installation of engineered cap; installation of underdrain system; installation of a passive gas venting system; installation of a stormwater management system; and site restoration. Other project features include monitoring, sampling, testing, and analysis; subgrade preparation; radon attenuation layer; geosynthetics; fill layer; topsoil layer; and roads, rip rap finishing, subdrainage piping, and ditch improvements. The full design will be provided by the Government.



The project will fall under NAICS 562910 – Remediation Services. A set aside has not been determined.



SUBMISSION OF RESPONSES:



Respondents interested in providing a response to this Sources Sought Notice should limit their responses to 5 pages and shall include the following information:



- Offeror's capability to meet the requirements demonstrating landfill cap installation experience;



- Offeror's capability to perform a contract of this complexity;



- Offeror's are requested to submit NO MORE THAN four (4) projects of similar scope and complexity performed within the last ten (10) years. Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project.



- Offeror can provide supplemental information listing previous Government contract experience and/or FUSRAP experience that is not similar to this project but demonstrating prime contractor experience working with USACE on FUSRAP projects. This information should only include the Project title, Government Agency, type of FUSRAP project, year completed, and final value of the project.



Interested firms shall respond to this Sources Sought Notice no later than 1:00 PM (EST) by 28 April 2023. Email is the only method of replying to this Notice. Please submit responses to frank.j.dandrea@usace.army.mil with a cc: to jenna.n.grainer@usace.army.mil.



All interested contractors must be registered in System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM to be eligible for award of Government contracts.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1776 NIAGARA STREET BLDG 1
  • BUFFALO , NY 14207-3199
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >