SOLICITATION NOTICE
Z -- Ord & Wietzel Gate Relocation
- Notice Date
- 3/31/2021 9:53:10 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123621B2001
- Response Due
- 4/14/2020 8:00:00 AM
- Archive Date
- 09/01/2021
- Point of Contact
- Synease S McArthur, Phone: 7572017062, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
- E-Mail Address
-
synease.s.mcarthur@usace.army.mil, dianne.k.grimes@usace.army.mil
(synease.s.mcarthur@usace.army.mil, dianne.k.grimes@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Arlington National Cemetery (ANC) Ord and Weitzel Gate Relocation, Arlington, VA This is a pre-solicitation notice.� This is NOT a solicitation.� Do NOT submit proposals or questions in response to this notice.� The solicitation will be posted on or around 15 April 2021. The U.S. Army Corps of Engineers-Norfolk District intends to issue an Invitation for Bids (IFB) with Definitive Responsibility Criteria (DRC) for the acquisition of ANC Ord and Weitzel Gate Relocation, in Arlington, Virginia. This procurement will be conducted in accordance with FAR Part 14, Sealed Bidding Procedures. The requirement will be solicited as a 100% Small Business Set-Aside. The applicable NAICS code is 237990 � Other Heavy and Civil Engineering Construction with a Business Standard of $39.5M.� The Government intends to award a firm-fixed-price (FFP) contract with approximately six (6) Contract Line Item Numbers. The magnitude of construction is between $1,000,000 and 5,000,000, in accordance with FAR 36.204 � Disclosure of the magnitude of construction projects.� � Project Description: The project is located at Arlington National Cemetery (ANC) and will reconstruct the Ord & Weitzel Gate and Columns near the original location on Ord & Weitzel Drive. Individual stone column elements have been restored and will be reconstructed on new niche walls with bases to form the new pedestrian gate entryway to the cemetery. In lieu of the pedestrian gate being placed along the existing perimeter wall, the new gate will be positioned along the view corridor from the existing pedestrian entrance, looking south along the Custis Walk. Project includes associated pedestrian paving, landscaping, construction of a new Gate House with storeroom for Security personnel, and construction of a new Tram drop-off area on the north side of Ord & Weitzel drive near the Gate House, with new seating, scored concrete paving and a new water fountain. The work also includes grading, asphalt pavement, aggregate base, drainage improvements, curb and gutter, utility relocations, landscaping and other related work. The existing pavement and curbs will be removed and new curb and gutter set in a similar offset and elevation. Utility relocations consist of relocating existing water mains, yard hydrants and installing new drinking fountains. The existing asphalt pavement along Custis Walk will be removed and a concrete walk constructed, expanding south from Ord & Weitzel Drive for a distance approximately 155 feet, incorporating improvements at the existing seating area along Custis Walk. A demonstrated understanding of masonry practices of the late 1800�s is required. Extensive skill with stone masonry and foundations will be required to construct the gate with stone wall segments, foundation and pedestals and placement of the antique stone columns. The project includes work on underground utilities in very close proximity to the column�s underground foundations and constructed walkway. Coordination with utility service providers in the area will be required. Protection of and relocation of the underground utilities is required. Major underground water, electrical, sanitary sewer, and communications lines run through the project. The water line relocation work shall be completed prior to excavating for any foundations. No heavy equipment shall be allowed to operate over the existing 48"" sanitary sewer. Only hand compaction equipment shall be permitted for subgrade compaction above existing the sewer lines. The contractor shall install the electrical duct bank using an approved Dominion Virginia Power subcontractor. The anticipated period of performance (POP) is as follows: Construction Duration: 362 calendar days Contractors will be required to submit payment and performance bonds prior to award. The Government intends to award a FFP contract to the responsible offeror whose proposal conforms to the terms of the IFB notice, is determined fair and reasonable, and lowest bidder determined to be responsible to the Government as determined through an IFB with DRC sealed bidding process. � Definitive Responsibility Criteria (DRC) are as follows: � All bidders must submit at least one (1) construction contract example (i.e., qualifying project). A qualifying project must demonstrate all the following aspects of construction: 1. Performed on a property listed, or eligible for listing, in the National Register of Historic Places, endorsement by state historic preservation officers, and/or historic preservation organizations. 2. A minimum contract value of $2.0 million. 3. Performed on a federal property; and 4. Completed within the past five (5) years. In addition, bidders shall possess at least five (5) years (may be non-consecutive) within the past ten (10) years of experience in the assessment, cleaning, repair, and conservation of nineteenth century stone buildings, and/or building materials, and/or monuments. Telephone calls or written requests for the IFB package will NOT be accepted. �Prospective bidders are responsible for monitoring beta.sam.gov to respond to the solicitation and any amendments or other information regarding this acquisition.� Prospective offerors must be registered in the System for Award Management (SAM) when submitting and offer, and shall continue as registered until time of award, during performance, and through final payment of any contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b695b872c2594a95baa695551b4db517/view)
- Place of Performance
- Address: Arlington, VA, USA
- Country: USA
- Country: USA
- Record
- SN05958696-F 20210402/210331230101 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |