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 Notice 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 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 costs 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 Former Kil-Tone Superfund Site, Operable Unit 2, Cumberland County, Vineland, New Jersey.
A standalone Cost-Plus Fixed Fee (CPFF) contract is being contemplated. The following information is in the early planning stages and may be subject to change:
The Former Kil-Tone Company (FKTC) Site is located at 527 East Chestnut Avenue in Vineland, Cumberland County, New Jersey and consists of approximately 4 acres in a mixed residential and commercial area. The company manufactured pesticides, which included arsenic and lead, from approximately 1917 to 1926. In 1926, the property was sold to Lucas Kil-Tone Co., a New Jersey company, which continued to manufacture pesticides at the property until at least 1933.
Current features of the FKTC facility include a single building (warehouse), surrounded by partially paved surfaces for parking and truck traffic. The FKTC Site is bordered to the north by East Chestnut Avenue and residential and commercial properties beyond, to the east by residential properties, South Sixth Street and residential and commercial properties beyond, to the south by Paul Street and residential and commercial properties beyond, and to the west by South East Boulevard followed by railroad tracks and residential and commercial properties beyond. Operable Unit (OU2) consists primarily of non-residential properties in the vicinity of the former facility property with a wide range of lot sizes and dates of construction. Phase 2 includes properties within OU2 that are not anticipated to include excavation below groundwater level or significant structure demolition.
The FKTC Site remediation has been separated into multiple Operable Units. OU2 consists of contaminated soil at primarily non-residential properties in the vicinity of the FKTC facility and is the subject of this remedial action. OU1 addresses soils at residential properties in the vicinity of the FKTC facility. OU3 addresses site-wide groundwater. OU4 addresses sediment and surface waters.
This project addresses the remediation of OU2 property soils included in the Phase 2 which is excavation of contaminated soils from non-residential property. The remedial action selected in the Record of Decision (ROD) dated September 2019 for OU2 soils includes:
- Excavation of contaminated soil from properties within the vicinity of the FKTC property;
- Off-site disposal of excavated contaminated soil, and backfilling of excavated areas with clean fill; and
- Restoration of the affected properties.
The work shall consist of environmental remediation services to support the U.S. Army Corps of Engineers, Philadelphia District in the excavation of contaminated soils from non-residential properties and backfill and restoration. Environmental remediation services may include, but are not limited to the following:
- Set up of laydown area;
- Mobilization;
- Utility clearance;
- Survey of properties;
- Pre-excavation confirmatory sampling;
- Targeted post-excavation confirmatory sampling;
- Pre-excavation sampling for waste profiling;
- Installation of erosion control measures where necessary;
- Excavation of contaminated soil to the depth shown on the drawings but no deeper than the groundwater table;
- Sampling and analysis of soil and air;
- Demolition of structures ranging from auxiliary structures such as sheds and garages to primary parcel structures;
- Sheeting, shoring and underpinning, as necessary;
- Removal and replacement of existing surface grade materials (asphalt, concrete or stone driveways, pavement, walks, etc.), if necessary;
- Temporary relocation of occupants and possession, if necessary;
- Backfill of excavation areas;
- Transportation and disposal of all target soils, debris and other waste generated to appropriate disposal facilities using all required tracking and documentation; obtain final disposition documentation from disposal facility;
- Restoration of properties to pre-excavation conditions; and
- Produce Closeout Reports; and other activities necessary for complete and proper remediation of the OU2 site.
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) to the SAM.gov website in Fiscal Year 2025. The Period of Performance for the planned contract is five (5) years.
The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities, and qualifications of small business 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 following information is requested with a limit of four (4) pages for your response:
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, customer satisfaction, 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 not required; however, please ensure all requested information is provided.
Projects considered similar in size and scope to the FKTC project include:
- Projects demonstrating experience excavating in constrained areas and using precision excavation near inhabitant buildings. Provide a description of the types of:
- Structures adjacent to the excavation,
- subsurface items encountered during excavation,
- project specific plans (property surveys, vibration monitoring, traffic control, etc.),
- number of properties,
- amount of soil excavated,
- excavations to depths up to 10 feet, and
- use of sheeting and shoring in mixed use area.
- Projects demonstrating experience with successful communication and coordination efforts with multiple occupants and/or landowners similar to the current requirement. Provide a description of coordination and restoration efforts from start to finish to include the following:
- communication efforts,
- use of bilingual resources,
- restoration agreements,
- consultation and involvement with city or other entities,
- minimizing impact to active businesses,
- efforts to address issues with property owners (i.e., repairs to address property damage, scheduling issues, other property owner disagreements), and
- restoration completion and follow up.
Qualified personnel are required to have recent knowledge and experience in:
- Environmental response actions associated with remedial actions mandated by CERCLA;
- Consultation/coordination with other federal, state, and local agencies and stakeholders; and,
- Project work within residential and commercial neighborhoods.
3. Identify, based upon the FKTC description of services, if you would form a joint venture or teaming arrangement to execute this work. Provide teaming or Joint Venture information, if applicable, including the Unique Entity ID 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 2026 through 2031. 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 contract, 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 Notice.
Please send your responses via email to heather.a.scott@usace.army.mil.
This Sources Sought Notice 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.