SOLICITATION NOTICE
Y -- Arlington National Cemetery - Sanitary Sewer Line Repair
- Notice Date
- 1/3/2024 12:26:48 PM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123624B2011
- Response Due
- 1/18/2024 1:00:00 PM
- Archive Date
- 02/02/2024
- Point of Contact
- Michael Hagerty, Phone: 7572017303, Anna Bollino, Phone: 7572017103
- E-Mail Address
-
michael.hagerty@usace.army.mil, anna.m.bollino@usace.army.mil
(michael.hagerty@usace.army.mil, anna.m.bollino@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a pre-solicitation notice.� This is NOT a solicitation.� Do NOT submit proposals or questions in response to this notice.� This is a re-procurement from previous solicitation W9123623B2011, which was cancelled on 15SEP2023. It is anticipated that the solicitation will be posted on Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about February 2024. The solicitation is anticipated to be posted for 30 calendar days. The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) intends to issue an Invitation for Bid (IFB) acquisition for the Sanitary Sewer Renovation at Arlington National Cemetery, Arlington, VA. This procurement will be conducted in accordance with FAR Part 14, Invitation for Bid (IFB). The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited as a 100% small business set-aside. The applicable PSC code is Y1ND Construction of Sewage and Waste Facilities. The applicable NAICS code is 237110, Water and Sewer Line and Related Structures Construction, with a small business standard of $45 million. In accordance with FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of construction is between $1,000,000 and $5,000,000. DESCRIPTION OF WORK The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Sanitary Sewer Renovation, Arlington National Cemetery (ANC), Arlington, Virginia. The work includes repairing, replacing, installing, or abandoning existing four-inch (4�), six-inch (6�), eight-inch (8�), ten-inch (10�), and twelve-inch (12�) diameter sanitary sewer piping and associated manholes located at Arlington National Cemetery (ANC) and two adjacent areas. The approximate pipe length is 9,600 linear feet. Pipe repair work shall consist of clearing debris obstacles and replacing failed sections (point repair) to upsizing pipe segments. After all necessary grouting and replacement of failed pipes and manholes are completed, the entire 9,600 linear feet of pipe and manholes shall be rehabilitated using commercial trenchless technology methods to extend the useful life of the sanitary sewer system. Manholes currently buried below existing ground level should be raised and new manholes should be installed where existing piping connections have been made without a manhole. This sewer system runs through or is adjacent to some sensitive areas in the cemetery and cemetery-adjacent property. Some of the sewer goes through the Arlington Woods, which is an old growth forest owned by the National Park Service (NPS). NPS requirements for the construction contractor need to be established during design. Permits to work on NPS land will be required. Some of the sewer runs along Route 110, close to or in the right of way. These pipes will be lined. However, one section of collapsed pipe will need to open cut and trench for replacement. Contact with Virginia Department of Transportation through ANC will be required if the sewer lines are within the right of way. Additional permits may be required. ANC has determined that archeologically sensitive areas could be encountered; therefore, this project will require an archeological monitor by Contractor's third party subcontractor. The construction completion date will be approximately 410 calendar days from the issuance of Notice to Proceed (NTP). Contractors will be required to submit bid bonds documents with the proposal. The successful awardee will be required to provide 100% payment and performance bonds for the project. The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14. THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE PROCUREMENT SEALED BID WITH DEFINITIVE RESPONSIBLITLITY CRITERIA. This contract will contain a Definitive Responsibility Criteria, or DRC. Definitive Responsibility Criteria are specific and objective standards established to inform the Contracting Officer�s responsibility in accordance with FAR 9.104-2. These criteria are in addition to the criteria in FAR 9.104-1 and allow the Contracting Officer to assess whether the apparent low bidder can demonstrate the expertise and specialized capabilities needed for adequate contract performance. The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured by the DRC may result in the Contracting Officer determining the contractor is not responsible. This notice does not constitute an invitation for bid. The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about March 2024. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the offerors responsibility to check the website regularly for any posted changes to the pre-solicitation notice, release of the solicitation, specification, drawings, and all subsequent amendments. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring at https://piee.eb.mil/ to respond to the solicitation and any amendments or other information regarding this acquisition. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available. Prospective bidders are responsible for monitoring SAM.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders are required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of any contract. Inquires must be directed to ProjNet in accordance with the forthcoming Solicitation document. TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a831be732b3442f1973d08c46cf79a58/view)
- Place of Performance
- Address: Arlington, VA, USA
- Country: USA
- Country: USA
- Record
- SN06925673-F 20240105/240103230043 (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 |