THE INTENT OF THIS NOTICE IS TO DETERMINE THE INTEREST OF SMALL BUSINESSES (e.g. small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB.)
The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 562910 – Environmental Remediation Services. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT/TASK ORDER WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice.
The U.S. Army Corps of Engineers, Kansas City District seeks qualified Environmental Remediation Services firms interested and capable of conducting remedial action activities at the Middlesex Municipal Landfill (MML) Formerly Utilized Sites Remedial Action Program (FUSRAP) Site located in Middlesex, NJ.
A Cost-Plus Fixed Fee (CPFF) Task Order (TO) under a Multiple Award Task Order Contract (MATOC) is being contemplated to support the MML FUSRAP Site: (the following information is in the early planning stages and may be subject to change):
The MML FUSRAP Site is in a highly developed area of New Jersey, approximately 30 miles west of New York City. Radioactive contamination at the MML resulted from receiving several thousand cubic yards of soil contaminated with radiological material generated at the Former Middlesex Sampling Plant (MSP) FUSRAP Site, which is located approximately a half mile from the MML. The MSP was a facility operated by the U.S. Atomic Energy Commission (USAEC; predecessor agency for the U.S. Department of Energy [USDOE]), which handled crushed uranium ore during its operation, and is designated as a separate site under FUSRAP. Between 1947 and 1948, the MML received approximately 6,000 cubic yards of soil contaminated with radiologic material generated at the MSP. The soil contained small quantities of uranium ore and was dispersed over approximately 3 to 5 acres of the MML as fill and cover material for sanitary landfill operations. At the time of MML’s operation, the current waste management regulations did not exist; it was not until 1976 that the Resource Conservation and Recovery Act (RCRA) was established to regulate the transport, management, and disposal of waste material.
In February 2023, USACE-Kansas City contracted with Arcadis U.S., Inc (Arcadis) to provide engineering design and support services related to the remediation of the Site and a Remedial Design (RD) was finalized May 2025. USACE is the lead agency for the remediation and is responsible for implementing the selected remedy. NJDEP is acting as the support agency.
The site RD outlines the following actions required in the RA:
- A pre-construction radiological survey to establish baseline Site conditions.
- Excavation of soil and debris containing average concentrations of radium (Ra)-226 greater than 5 picocuries per gram (pCi/g) above background (i.e., FUSRAP-related materials). Background for this Site is 1.0 pCi/g for Ra-226. Therefore, the cleanup criterion is 6 pCi/g. Scanning and sorting excavated soil and debris to separate material greater than their respective unrestricted use Derived Concentration Guideline Level (DCGL; i.e., Ra-226 at concentrations greater than 5 pCi/g above background) from material less than their respective unrestricted use DCGL.
- Sampling and analysis of sorted materials and transportation and off-site disposal of FUSRAP-related soils and debris at an approved facility.
- Placement of non-radiologically impacted sorted soils and debris with concentrations below the unrestricted use DCGL within the excavated areas.
- Backfilling and re-grading the remaining excavation areas with clean fill from off-site sources.
Preparation of appropriate documentation including Final Status Survey Reports, Post Remedial Action Reports, and Construction Closeout Reports, as well as general conditions activities will be part of this task order.
Disclosure of the magnitude of construction, as prescribed in DFARS 236.204, is between $10,000,000 and $25,000,000.
It is anticipated that this solicitation will be published through the Procurement Integrated Enterprise Environment (PIEE) in late Fiscal Year 2025 or early Fiscal Year 2026. The Period of Performance for the planned TO is five years.
The purpose of this sources sought notice is to obtain insight into the interest, capabilities, and qualifications of firms; as well as assist the Government in preparing market research and establishing an acquisition strategy in support of this effort.
The Kansas City District is soliciting feedback from industry as part of our market research efforts associated with this acquisition and is considering various acquisition strategies to deliver this project and requests input from industry. The below information is requested in this Sources Sought (SS) announcement with a limit of eight (8) pages for your response. Margins on all four edges of each page shall be at least one-half (0.5) inch and the font size shall be no less than 11 point.
1. Organization name, address, email address, website address, telephone number, and business size (e.g. small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, other) and type of ownership for the organization; include Unique Entity ID number and CAGE code.
2. Provide a description of your firm’s interest in providing a proposal for the work described above.
Please provide at least 2 recent relevant/comparable projects performed within New York or New Jersey within the past 7 years (no more than 2 pages per project). The completed projects shall demonstrate your firm’s capability to execute remediation efforts. For each project provided it is recommended to include: a brief description of the project and how it is comparable to the work required for this project, customer name and contact information, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, etc.), and dollar value of each project. An experience form is attached. Its use is required; please ensure all requested information is provided.
Projects considered similar in size and scope to this project include:
- Large scale construction remediation to include shoring, excavation, and handling of radiologically impacted soils; specifically experience with excavations of landfills
- Experience with both Physical and radiological material sorting technologies;
- Experience utilizing MARSSIM and completing final status surveys;
- Collection, management, and treatment of water during excavation activities;
- Health physics, radiation safety, radiation training and radiation air perimeter monitoring;
- Environmental laws and regulations, especially USDOT.
- Projects that demonstrate experience as the prime contractor in managing a cost reimbursable project in excess of $8M
3. Identify if, based upon the scope of these project(s), you would form a joint venture or teaming arrangement to execute this work. Provide teaming or Joint Venture information, if applicable, including Unique Entity ID (UEI) number and CAGE code.
4. Provide your firm’s capabilities/availabilities in performing the required environmental remediation efforts, given the current market conditions. Identify any workload constraints regarding the items you indicated your firm is interested in submitting a proposal.
5. Does your firm see any constraints regarding available personnel, equipment, and/or materials required to perform the planned environmental remediation efforts, given the current market conditions. Please explain any market pressures that may be apparent in 2025 through 2030. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this task order, and how it will be accomplished.
6. Provide input on any concerns or risks your firm has, based on the information provided in this sources sought.
Please send your sources sought responses via email to lauren.o.minzenberger@usace.army.mil.
This sources sought is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
CID