Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2022 SAM #7433
SOURCES SOUGHT

Y -- EXPANSION OF ARLINGTON NATIONAL CEMETERY � PHASE II, SOUTH PARCEL OPERATIONS COMPLEX PROJECT IN ARLINGTON, VA

Notice Date
4/5/2022 9:46:38 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123622R2022
 
Response Due
4/19/2022 7:00:00 AM
 
Archive Date
09/20/2022
 
Point of Contact
Raven D. Sasser, Phone: 7572017136, Katya Oxley, Phone: 7572017026
 
E-Mail Address
raven.d.sasser@usace.army.mil, ekaterina.oxley@usace.army.mil
(raven.d.sasser@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
W91236-22-R-2022: EXPANSION OF ARLINGTON NATIONAL CEMETERY � PHASE II, SOUTH PARCEL OPERATIONS COMPLEX PROJECT IN ARLINGTON, VA This is a Sources Sought Notice only; it is not a request for competitive proposals.� There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors, and to receive industry feedback on the benefits, disadvantages, and risk associated with completing the effort as a single contracting action or completing as individual, distinctive, construction efforts. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought Notice. ONLY INTERESTED, CAPABLE, QUALIFIED AND RESPONSIVE CONTRACTORS WITH THE MINIMUM CAPABILITIES (I.E. REFER TO PROJECT DESCRIPTION AND KEY FACTORS FOR CONSIDERATIONS) ARE ENCOURAGED TO REPLY TO THIS SOURCES SOUGHT ANNOUNCEMENT. INDEX A.� PROJECT DESCRIPTION B.� GOVERNMENT REQUIREMENTS C.� SUPPLEMENTAL PROJECT INFORMATION D.� KEY FACTORS FOR CONSIDERATION E.� CAPABILITIES STATEMENT REQUIREMENTS F.� ADDITIONAL INDUSTRY QUESTIONS G.� DISCLAIMER H.� RESPONSE A.� PROJECT DESCRIPTION The Norfolk District is conducting Market Research to identify potential sources for construction of the facilities identified below and receive industry feedback on selection criteria. The South Parcel is Phase II of a three (3) phase southern expansion of Arlington National Cemetery. Phase I is the construction of the tunnel and retaining walls around the South Parcel; Phase II is the construction of the operations complex on the South Parcel, south of Columbia Pike; and Phase III is the construction of the cemetery parcel North of Columbia Pike. A separate, future contract, through U.S. Army Corps of Engineers (USACE) Norfolk District, will be issued for the cemetery expansion elements of work located North of Columbia Pike�Phase III. A separate contract, through Federal Highway Administration, is currently under construction for the Columbia Pike roadway and utility realignment project which included phase I of Southern Expansion project. Phase II, the South Parcel, constructs the new operations complex at Arlington National Cemetery and the focus of this Sources Sought. B.� GOVERNMENT REQUIREMENTS It is anticipated that the Government will issue a Firm-Fixed Price Contract for this Construction Project. If you are a Small Business, please state all the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service-Disabled Veteran Owned Small Business, Woman Owned, small businesses less than 500 employees, etc. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 237990 � Other Heavy and Civil Engineering Construction, with a Size Standard of $39,500,000.00. In accordance with DFARS 236.204, the magnitude of construction is between $25,000,000.00 and $100,000,000.00 for the construction of the Operations Building, Maintenance Facilities, Warehouse Buildings, and 2-story Parking Garage.� THE ANTICIPATED SOLICITATION DATE IS 4th QUARTER OF FY22. THE ANTICIPATED CONSTRUCTION DURATION IS 800 CALENDAR DAYS FROM NOTICE TO PROCEED. In accordance with FAR Clause 52.228-1�Bid Guarantee, the awardee will be required to submit 100% Performance and Payment bonds within ten (10) calendar days from contract award. Bonding documents are not required for this Sources Sought. The Sources Sought response should demonstrate knowledge of, experience in, and the ability, to successfully execute. C.� SUPPLEMENTAL PROJECT INFORMATION Phase I�South Parcel Tunnel and Retaining Walls:� The Federal Highway Administration is in active construction on Phase I � Defense Access Road (DAR) Project which includes: Relocation of Columbia Pike and utilities Construction of a tunnel under the relocated Columbia Pike connecting the South Parcel and the Cemetery parcel Construction of retaining walls along the north, south, and west boundaries of the South Parcel The contract was awarded on 8 September 2021 to Kokosing Construction Company, Inc. under a contract number 693C73-21-C-000025. Coordination between the two projects will be frequent.� The road and utilities realignment will be in construction through 2025, which overlaps with the new Operation�s Complex Construction (Phase II listed below).� Construction will need to be phased strategically.� Phase� II�South Parcel Operations Complex:� Currently, the Government anticipates awarding the South Parcel Operations Complex, Phase II of the project, under a separate construction contract by USACE � Norfolk District which includes construction of: An office building with administrative space, offices, conference rooms, and training facilities Maintenance facilities, car wash, and warehouse space (90,000 GSF). Certain maintenance facilities are subterranean, with a green roof. Three-level parking structure for government vehicles, employees, family members, and visitors Buildings will include climate control, interior lighting, toilet facilities, elevator systems, interior furnishings and equipment, and security systems. Landscaping and plantings Supporting utilities to include water, sanitary sewer, storm sewer, natural gas, communications/information systems, and underground electrical service. Site infrastructure including roads, staging/parking areas, pedestrian walkways, curbs, and gutters. � Temporary roadway to maintain access from Arlington National Cemetery and the South Parcel, while Phase III is under construction. Anti-terrorism/force protection measures include access control point and secure boundary fence. �� Applicable buildings will comply with Leadership in Energy and Environmental Design (LEED) Certified sustainability criteria. �� Phase III�Cemetery Parcel North of Columbia Pike: �Currently, the Government anticipates awarding the cemetery expansion, Phase III of the project, under a separate construction contract by USACE which includes: Approximately 50 acres of cemetery space with a roadway network connecting to the existing cemetery 70,000 interment spaces � mix of inground and above ground in a columbarium A security building and other smaller support facilities Extensive grading, sitework, boundary wall/fence, and horticulture Demolition of the existing operations complex Coordination between the two projects will be necessary. The new operations complex will need to be complete and operational prior to the future cemetery contractor demolishing the existing operations complex. Construction will need to be phased strategically.� D.� KEY FACTORS FOR CONSIDERATION Site Location: Arlington National Cemetery, Arlington, VA. Enduring quality is of utmost importance. Given cemetery construction is a forever endeavor and the high visibility of Arlington National Cemetery, enduring quality materials and finishes will be one of the most important factors. Schedule is the second most important factor. However, even though scheduling is the second most important factor, it is not at the expense in obtaining a fair and reasonable price. Experience with construction on military installations with access limitations. Experience with construction of operations facilities, warehouse buildings, and parking garages. Experience with construction that had to comply with a Virginia Department of Environmental Quality (DEQ) Storm water permit Ability to be bonded for this project based on the provided magnitude of construction cost. E.� CAPABILITIES STATEMENT REQUIREMENTS General: It is requested that interested sources submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the services described herein.� PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED.� The documentation shall address the following: Company name, address, phone number, point of contact and point of contact email address. Please submit your company�s Unique Entity Identifier (UEI) and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned Small Business (WOSB), and/or Qualified Section 8(a) Alaskan Native/Tribal/Hawaiian Native Contractor status. Contractors must be registered in the System for Award Management (SAM) at time of Proposal submittal.� Please see https://sam.gov/content/home for additional registration information. Indicate the primary nature of your business, business size in relation to the NAICS Code 237990, and capability to execute the capabilities listed above. Provide two (2) examples of projects with similar construction of the Operations Building, Maintenance and Storage Buildings, Parking Garage, on federal property or military installations. ��Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. Please state if you are able to bond for the project.� F.� OPTIONAL INDUSTRY QUESTIONS What do you consider a reasonable construction duration for the South Parcel Operations Complex? Please provide recommendations or revisions to the below proposed evaluation factors: Factor 1 Past Performance: � � � � � � �A.� Submitted projects shall demonstrate the following two key aspects: � � � � � � � � � � �i. Vertical new construction of a fully enclosed multi-story administrative building 10,000 square feet or greater.� Renovations will not be considered relevant.� � � � � � � � � � � �ii.� A project magnitude greater than $15,000,000. [would need to refine this number, or maybe we don�t need this] � � � � � � �B.� More favorable consideration may be provided to those recent and relevant projects that also demonstrate the following experience aspects: � � � � � � � � � � � i.� Projects that involved construction within a constrained site.� A constrained site is defined as a site with limited and controlled physical access and limited laydown space. A constrained site requires the contractor to exercise sufficient control of construction operations to facilitate effective delivery of construction material, equipment and labor to the construction site. � � � � � � � � � � � ii.� Vertical new construction of a subterranean or earth sheltered building 10,000 square feet or greater. � � � � � � � � � � � iii.� Construction adjacent to an active client operation. The Offeror shall describe how the submitted project demonstrated how the prime contractor was required to complete work within an active military or government installation or commercial site directly adjacent to or surrounded by activities or normal operations which cannot be stopped or eliminated during construction. The Offeror shall describe how construction was completed with restrictions during normal business operations of the adjacent active client operation. Factor 2 Project Approach: � � � � � � � � A.� CONSTRUCTION APPROACH.� Based on the understanding of the RFP requirements, site constraints, and complex phasing, the offerors shall describe the construction approach to be taken to address the unique complexities, challenges, opportunities, and constraints inherent to this contract. The proposal shall include a detailed project narrative of the construction sequence, processes, and methods for construction.�� At the minimum, include in your narrative how you plan to address the following areas: � � � � � � � � � � � � �i.� Working within a constrained site � � � � � � � � � � � � �ii.� Substantial interdependent activities relating to the relocation of the Operations Complex that will require extensive coordination, including how to keep the current Operations Complex mission functional and uninterrupted. � � � � � � � � � � � � �iii.� Other construction/coordination challenges the Offeror anticipates with this project � � � � � � � �B.� SCHEDULE / PHASING APPROACH.� Each offeror shall submit a narrative describing the Offeror�s approach to their overall schedule development including identifying constraints, for example arising from the project site or construction documents.� The narrative will need to address what measures will be taken to ensure the prioritization of the completion of the areas needed for the construction of subsequent phases and attain timely completion of the project.� Submit a schedule graphic (Gantt chart or bar chart format) identifying critical project features, construction phasing, sequencing, transition, and close out milestones required by the solicitation. The Gantt chart or bar chart will not be counted against the total page limit for this factor. Include in your narrative how you plan to address the following areas: � � � � � � � � � � �i.� Phasing with the simultaneous Defense Access Road (DAR) project. � � � � � � � � � � �ii.� Virginia Department of Environmental Quality (DEQ) requirements. � � � � � � �C. �� RISK MANAGEMENT. The Offeror shall submit a narrative describing risks specifically associated with the delivery of this project. The narrative shall identify the degree of risk, the possible impact of the risk on the project (quality, schedule and/or cost), whether the risk is within or outside the Offeror�s control, and a plan to mitigate the risks. G.� DISCLAIMER Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents.� No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. The information provided in this Notice is subject to change and in no way obligates the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set-aside or not set-aside the procurement; solicit as one project or multiple projects, will be accomplished via a Pre-Solicitation Synopsis or Solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. H.� RESPONSE All responses to this announcement shall be sent electronically to Raven Sasser at Raven.D.Sasser@usace.army.miland a copy furnished to Ekaterina Oxley at Ekaterina.Oxley@usace.army.mil no later than 10:00 a.m. Eastern Standard Time (EST) on 19 April 2022. LATE RESPONSES MAY NOT BE CONSIDERED. Primary Point of Contact: Raven Sasser Contract Specialist Raven.D.Sasser@usace.army.mil USACE District, Norfolk Secondary Point of Contact: Ekaterina �Katya� Oxley Contracting Officer Ekaterina.Oxley@usace.army.mil USACE District, Norfolk
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c06dc63b4ee74a5d90283da84060af40/view)
 
Place of Performance
Address: Arlington, VA, USA
Country: USA
 
Record
SN06290099-F 20220407/220405230100 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.