Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
SOLICITATION NOTICE

Y -- ARLINGTON NATIONAL CEMETERY PHASE II - OPERATIONS COMPLEX PROJECT LOCATED IN ARLINGTON, VA

Notice Date
8/1/2022 8:50:57 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123622R2022
 
Archive Date
09/15/2022
 
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
PRESOLICITATION NOTICE W9123622R2022: ARLINGTON NATIONAL CEMETERY SOUTHERN EXPANSION PHASE II � OPERATIONS COMPLEX PROJECT LOCATED IN 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 U.S. Army Corps of Engineers�Norfolk District intends to issue a Request for Proposal (RFP) for the Construction of the Arlington Nation Cemetery Southern Expansion (ANCSE) Phase II � Operations Complex. ��This procurement will be conducted in accordance with FAR Part 15 � Contracting by Negotiation. The requirement will be solicited as unrestricted full and open competition. It will be solicited as a Design-Bid-Build (DBB) project utilizing the Best Value, Trade-Off Continuum (BVTO) Source Selection evaluation approach in accordance with FAR 36.301 and 15.101. The applicable NAICS code is 236220 � Commercial and Institutional Building Construction with a Small Business Size Standard of $39.5M. The Government intends to award one Firm-Fixed-Price (FFP) contract. In accordance with DFARS 236.204 - Disclosure of the Magnitude of Construction Projects, the Magnitude of Construction is between $100M and $250M. PROJECT DESCRIPTION The Southern Expansion 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 connecting infrastructure to the existing cemetery; 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 Pre-Solicitation Notice. The ANCSE Phase II - Operations Complex Project includes construction of: An office building with administrative space, offices, conference rooms, and training facilities. Maintenance facilities, storage, car wash, and warehouse space. 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.� Roadway to connect Arlington National Cemetery and the South Parcel. 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.�� Construction of the Phase I project is occurring in close proximity to the Phase II project boundaries. Coordination with the adjacent Phase I contractor will be necessary. Construction will need to be sequenced strategically.� THE ANTICIPATED SOLICITATION DATE IS ON OR ABOUT 19 AUG 2022. THE ANTICIPATED CONTRACT AWARD IS APRIL 2023. THE ANTICIPATED CONSTRUCTION DURATION IS 1,037 CALENDAR DAYS FROM NOTICE TO PROCEED. In accordance with FAR Clause 52.228-1�Bid Guarantee, the awardee will be required to submit a Bid Guarantee that�s 20 percent or $3,000,000 of the bid price, whichever is less. In accordance with FAR Clause 52.228-15 (Dev), the awardee will be required to submit 100% Performance and Payment bonds within ten (10) calendar days from contract award. EVALUATION FACTORS The Government intends to award a FFP contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through a BVTO, Source Selection Evaluation Approach. The Government reserves the right to accept other than the lowest priced or the highest rated non-price offer or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001, unless corrected through discussions, should the Government decide to conduct discussions. The Contracting Officer anticipates that the Solicitation will include the following evaluation factors: Non-Price Factors Factor 1 � Past Performance Factor 2 � Project Approach Factor 3 � Small Business Participation Plan Factor 4 � Price It is anticipated that the relative order of importance of evaluation factors is non-price Factors 1 and 2 are of equal importance to each other and each is more important than Factor 3. All non-price factors (1, 2, and 3) when combined will be approximately equal to price. However, the importance of price will increase if the offerors� non-price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non-price proposal's superiority to the Government. There is a potential that the solicitation may be issued via a Bifurcated Approach. This approach is used in cases where waiting for a Ready-to-Advertise (RTA) design will unreasonably delay an award. This solicitation will be issued with a 100% pre-final design and only nonprice proposals in response to Factors 1 and 2, are requested at this time. The remaining evaluation factors (Factors 3 and 4) will be included in the solicitation; however, no proposal will be initially requested for these factors with the initial proposal submission. When RTA design package becomes available(approximately Sep 2022), the solicitation will be amended to include the completed design documents and the remaining factors will be requested of the offerors. The Government will not undertake to compare or conduct a selection decision until after all factors have been evaluated. Offerors are cautioned that the design and construction requirements may continue to evolve, particularly in this case, until all RTA complete construction documents are released by amendment. GOVERNMENT POINT OF ENTRY (GPE) The RFP and accompanying documents will be issued electronically and will be uploaded to the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about August 19, 2022. Telephone calls or written requests for the RFP package will NOT be accepted. Prospective offerors are responsible for monitoring SAM.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective Offerors are required to be registered in PIEE and SAM and when submitting an offer. The Offeror shall continue to be registered in SAM.gov until time of award, during performance, and through final payment of any contract. PIEE Resources: Training material and guides for registering and submitting proposals can be found below and is provided to assist in locating the full scope of resources available on the PIEE website: 1.��� PIEE Solicitation Module Vendor Access Instructions: https://dodprocurementtoolbox.com/cms/sites/default/files/resources/2021-08/PIEE%20Solicitation%20Module%20Vendor%20Access%20Instructions_0.pdf 2.��� For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. 3.��� Additional training and PIEE Solicitation Module resources can be found on the PIEE website at:�� https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml. There are two vendor roles (Proposal Manager and Proposal View Only) for the PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation posted in the PIEE Solicitation Module.� Additionally, please be advised that when using the PIEE Solicitation Module, the user�s e-mail address in PIEE must match the e-mail address on file in SAM.gov. For all technical issues or general questions on PIEE Solicitation Module, offerors are advised to contract the PIEE Helpdesk at 866-618-5988 or through their website at https://piee.eb.mil/xhtml/unauth/web/homepage/governmentCustomerSupport.xhtml. POINT-OF-CONTACT 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/dd2f11eb29814e45a569ec0931224677/view)
 
Place of Performance
Address: Arlington, VA, USA
Country: USA
 
Record
SN06409060-F 20220803/220801230129 (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.