Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOURCES SOUGHT

Y -- Quantico National Cemetery Gravesite Expansion and Cemetery Improvements Project-Administration Building

Notice Date
11/27/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-B-0005
 
Archive Date
12/26/2017
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.D.Garrett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SECOND POSTING OF THE SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The below sources sought posting is associated with previously posted sources sought No. W91236-17-R-0028 Quantico National Cemetery Gravesite Expansion and Cemetery Improvements Project-Administration Building (posted 19 July 2017). This secondary sources sought is posted to include definitive responsibility Criteria language and an anticipated breakout of Base/Optional CLINs. The purpose of this Sources Sought Notice is to identify qualified and experienced large and small businesses that are interested in and capable of performing the work described herein. This notice is posted as a market research tool only. The Government will utilize this information in determining an acquisition strategy. If you are a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, and small businesses less than 500 employees. This Sources Sought Notice is for firms with a North American Industry Classification System (NAICS) Code 236220- Commercial and Institutional Building Construction (bldg.). The US Army Corps of Engineers, Norfolk District is seeking qualified and experienced firms capable of completing gravesite expansion and cemetery improvements located at Quantico National Cemetery, located in Triangle, Virginia. The purpose of this project is to provide major renovations and development at Quantico National Cemetery located in Triangle, Virginia. This project will provide an additional 5-year burial capacity on undeveloped land. This project includes two major components; infrastructure repairs and upgrades to the existing Administration Building; with improvements and expansion of the building parking lot. Work to include demolition, new electrical, water and sanitary, telephone/data and HVAC in the building. The second major component will be cemetery expansion by increasing the burials inventory with standard burial area, in-ground cremains and cremated remains in columbaria; memorial wall and ossuary; to include site improvements with road, grading, irrigation, site furnishing, signage and landscaping. This acquisition will include both Base items and Optional Items. The anticipated Base and Optional Items may include but are not limited to: BASE items: 1. Renovation of the Administration Building and Parking Lot OPTION items: 1. Standard Burial Site/Area 2. In-Ground Cremains and Ossuary 3. Columbarium Area In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $1,000,000.00 and $5,000,000.00. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. In addition to the examining criteria detailed in FAR 9.104-1 - Contractor Qualifications: General Standards, the Contracting Officer will also examine whether the low bidder can meet the requirements of three Definitive Responsibility Criteria regarding: 1. HABITAL STRUCTURAL RENOVATION: A minimum total of two (2) years of experience within the last five years of renovation of existing habitable structures projects including: 1) modification OR reconfiguration of existing floor plans; 2) structural demolition work. 2. MILLING AND PAVING: A minimum total of one year of experience within the last five years of small to large scale milling and paving at a job site undergoing various considerations such as weather, other work in progress, and noise restrictions 3. CEMETERY WORK: A minimum total of ONE year of experience within the last five years in the construction of stable earth surfaces including: 1) the placement and installation of pre-fabricated burial components (crypts, grave markers, cremains, etc.); 2) columbarium construction. Bidders can use one or more projects per work component, above, to demonstrate past experience. Each work component must be addressed. If a subcontractor is used to complete a work component, that subcontractor must demonstrate his past experience in that work component. The Contracting Officer will verify that the submitted projects meet the definitive responsibility criteria as part of the responsibility determination. Bidders are not required to submit additional documentation related to these criteria at the time of bid. The Government will request supporting documentation from the bidder anticipated to receive the award. In addition to the definitive responsibility criteria stated above, a bidder must demonstrate - a) Adequate financial resources to perform the contract, or the ability to obtain them; b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; c) A satisfactory performance record. A prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history; d) A satisfactory record of integrity and business ethics; and e) Be otherwise qualified and eligible to receive an award under applicable laws and regulations In accordance with FAR Part 9.1, responsibility will be determined, prior to award, by the Contracting Officer through the performance of a pre-award survey or utilizing information from a previous pre-award survey and/or any performance data available. The apparent low bidder is required to demonstrate the experience as outlined in the definitive criteria above and may be required to show the firm has the necessary capital, experience, and owns or can procure the necessary plant or other resources to commence the work at the time prescribed in the specifications and thereafter to prosecute and complete the work safely and satisfactorily within the time specified. We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: (1) Identification and verification of the company's large or small business status, (2) governmental CAGE Code and DUNS number, if applicable, 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience - Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors. The Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's level of interest in bidding on this solicitation when it is issued. 3. Firm's capacity to perform a contract of this magnitude and complexity 4. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed. 5. Firm's status as either a small or large business. If the firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). 6. Firm's Existing Joint Ventures including Mentor/Protégé and teaming arrangement information. 7. Firm's governmental CAGE code and DUNS number, if applicable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) 9. A statement of the portion of this contract's work that will be self-performed and how it will be accomplished. Please only include a narrative of the requested information. Additional information will not be reviewed. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov which will invite firms to register electronically to receive a copy of the solicitation when it is issued. This Sources Sought Notice should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Interested Firm's shall respond to this Sources Sought Notice no later than noon on 11 December 2017. All interested firms must be registered in government's SAM website to be eligible for awards of Government contracts. E-mail your response to Stormie.B.Wicks@usace.army.mil cc'd Eartha.D.Garrett@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0005/listing.html)
 
Place of Performance
Address: Quantico National Cemetery, Triangle, Virginia, United States
 
Record
SN04749524-W 20171129/171127231146-09c5c2d9a795eb6ab17e981ce1b33f2f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.