NAICS: 562910 - Remediation Services |
Competition: NO |
Small Business Set-Aside: Full
|
Small Business Program: 8(a) |
Contract Vehicle: Indefinite Delivery Contract |
Contract Type: Combination |
Contract Status:
New Requirement
|
Anticipated Award Quarter: Q4 FY2025 |
Estimated Solicitation Release: 2025-07-01 |
Contract Complete: 2030-08-17 |
Requirements Title: Plum Island Animal Disease Center (PIADC) Building Terminal Decontamination and Facility Closure Activities - IDIQ |
Description: Task order work anticipated:
Waste sampling and characterization of materials from containment and non-containment spaces to ensure disposal paths meet regulatory requirements. Materials to be characterized for hazardous and radiological materials. Develop and execute the sampling plan and provide the samples to suitable vendor(s). Bio-containment materials to be processed out of containment in accordance specifications defined by the PIADC Biosafety and Select Agent Program Office (BSAPO)
Planning for and execution of a significant amount of waste removal. Pipes, pumps, motors, conduit, wires, ductwork, lab equipment, and demolition debris are examples. Asbestos remediation and some lead abatement where warranted. Develop and execute plans to safely disassemble and remove such material. Design and installation of temporary systems such as lighting and ventilation may also be required.
Biological decontamination of materials and spaces is foundational work for the program. Some materials will be decontaminated and removed through well-established technologies such as operating autoclaves, material remaining in bio-containment spaces, and the spaces themselves, will need to be decontaminated utilizing other technologies such as fumigation. Decontamination may be aided through pre-cleaning steps utilizing best available technologies. Removal of equipment and in laboratory spaces (e.g. virkon-s washdown) prior to their removal for terminal decontamination. Sub-contracts with vendors for specialized services (e.g. fumigation) will likely be required.
Engineering and construction on a small scale may be required for reconfiguration of spaces and infrastructure systems and components. The PICS program, for example, is anticipating a phased approach to decontamination that may require the design, installation, and testing of biological barriers to separate targeted areas of the building at various project phases. Needs may also be dependent on the specific technology to be utilized.
Confirmation of decontamination effectiveness will be required through extensive sampling and independent analysis. Biological indicators, chemical indicators, and parametric data loggers (will be placed in defined and tracked locations (specified by others) and then recovered and transferred to others for independent analysis. Quality control and documentation rigor for sample placement and recovery is high. Use a provided Laboratory Information Management System (LIMS) for sample location records and chain of custody is required.
Historic records retrieval, assessment, and disposition from historic buildings where access presents multiple ES&H risks (e.g. structural degradation, mold). The contractor may be required to assist in planning and execution of recovery efforts including the design and installation of building stabilization equipment and physically removing records.
Waste Management Area (WMA) monitoring and closure and other spill sites are subject to the approval of the NYSDEC. Actions may include, excavation of historic land-fill materials, and off-site shipment and disposal of soil and contaminants, capping former waste management areas; the installation of sampling wells for groundwater monitoring, decommissioning of monitoring wells, and collection of environmental samples.
Environmental permit closure activities subject to regulatory requirements. Examples include the State Pollution Discharge Elimination System (SPDES) permit; and Major Oil Storage Facility license. Services may include soil and ground water sampling, excavation and backfill, system (pipes, tanks) and component cleaning and removal. |
Estimated Dollar Range:
$50,000,000.00 to $100,000,000.00
|
Place of Performance: Orient Point, NY
|
POC Name: Michael Santillo |
Alternate POC Name: |
POC Phone: (631) 323-3219 |
Alternate POC Phone: |
POC Email: [email protected] |
Alternate POC Email: |