SOURCES SOUGHT
99 -- Southern Expansion
- Notice Date
- 5/1/2020 9:11:17 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
- W9123620S2017
- Response Due
- 5/15/2020 7:00:00 AM
- Archive Date
- 05/30/2020
- Point of Contact
- Synease S McArthur, Phone: 7572017062, Katya Oxley, Phone: 7572017026
- E-Mail Address
-
synease.s.mcarthur@usace.army.mil, ekaterina.oxley@usace.army.mil
(synease.s.mcarthur@usace.army.mil, ekaterina.oxley@usace.army.mil)
- Description
- SOURCES SOUGHT EXPANSION OF ARLINGTON NATIONAL CEMETERY 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 receive industry feedback on the benefits, disadvantages, and risks 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. ALL INTERESTED, CAPABLE, QUALIFIED, AND RESPONSIVE CONTRACTORS, LARGE AND SMALL, SHOULD RESPOND TO THIS NOTICE UNDER NAICS CODE 237990, SIZE STANDARD IS $39.5M. INDEX: PROJECT DESCRIPTION KEY FACTORS FOR CONSIDERATION QUSTIONS FOR INDUSTRY GENERAL INFORMATION DISCLAIMER RESPONSE 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 the benefits, disadvantages, and risks associated with completing the effort as a single contracting action (a single combined project) or completing as individual, discrete construction efforts (two projects) on a similar timeline. The two distinct construction elements of the project are adjacent to one another, the cemetery expansion elements of work will be located north of realigned Columbia Pike and the vertical construction elements for the operations building, warehouse buildings, and 2-story parking garage are located immediately south of realigned Columbia Pike. A separate contract, through Federal Highway Administration, will be issued for realigning the Columbia Pike roadway and utility relocations project.� Coordination during construction will be required with Federal Highway Administration and its contractor. In accordance with DFARS 236.204, magnitude of construction projects is as follows: Operations Building, Maintenance Facilities, Warehouse Buildings, and 2-story Parking Garage: between $25,000,000.00 and $100,000,000.00 Cemetery Expansion, Columbaria, Committal Shelter, pre-set crypts, and Air Force Memorial Integration: between $100,000,000.00 and $250,000,000.00. Operations Building, Maintenance Facilities, Warehouse Buildings, Parking Garage:� Construct operations building (administrative space, offices, conference rooms, and training facilities) and maintenance facilities, laydown and storage space (90,000 GSF); and a 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. Building constructions shall be suitable for the environment and compliment the architectural theme and considerations of Arlington National Cemetery. Provide special foundations to address the varying soil conditions on the site. Improvements also include landscaping, plantings and all supporting utilities to include water, sanitary sewer, storm sewer, natural gas, communications/information systems, and underground electrical service. Site infrastructure will include roads, staging / parking areas, pedestrian walkways, and curbs and gutters. �Anti-terrorism/force protection measures shall be included to the extent required by regulation and all constructions shall comply with ADA requirements and considerations. Cemetery Expansion, Columbaria, Committal Shelter, and Air Force Memorial Integration: Develop approximately 50 acres of land previously identified as the Navy Annex site and from the realignment of local and state roads to increase burial space at Arlington National Cemetery. �Project will provide approximately 70,000 additional interment spaces in a manner consistent with the character of Arlington National Cemetery.� The project will involve substantial earthwork including large scale excavation and grading in soils characteristic to the project site, extensive landscaping and installation of high-quality turf, and culturally significant structures with monumental decorative or commemorative stonework. �The improvements include committal service shelters, circulation space (both vehicular and pedestrian). The majority of the earthwork will be performed during the roadway realignment project.� The existing Air Force Memorial will be incorporated into the Arlington National Cemetery to provide a seamless experience to visitors through the relocation and alteration of existing cemetery boundary walls and addition of a pedestrian access point.� Exterior site improvements include pre-set concrete crypts for in-ground burials, in-ground cremated remains, above-ground columbaria, an ornamental security and boundary fence, secure pedestrian access point, visitor and family gathering and reflection areas, reconstruction of the historic Sheridan Gate, construction of a new gate to be named in honor of Freedman's Village, �landscaping, plantings and all supporting utilities to include water, sanitary sewer, storm sewer, natural gas, communications / information systems, and underground electrical service. �Site infrastructure will include roads, pedestrian walkways, and curbs and gutters. Includes limited hazardous materials remediation and removal, as required. Demolition will include existing burial operations complex, existing roadways, parking areas, utilities and related improvements. Provide special foundations to address the varying soil conditions on the site. Anti-terrorism/force protection measures shall be included to the extent required by regulation and all constructions shall comply with ADA requirements and considerations. Work will need to be coordinated with cemetery operations. The New Operations Complex must be completed and operational prior to demolishing the existing operations complex. At this time, the Government anticipates awarding, under a separate construction contract by Federal Highway Administration, a road construction project that includes: realignment of Columbia Pike and relocation of utilities construction of a tunnel under the relocated Columbia Pike connecting the north and south Cemetery parcels construction of retaining walls along the southern- and western-most boundaries of the south parcel Coordination between the two projects will be frequent.� The road realignment and utilities will need to occur prior to construction of the cemetery, and the new operations complex will need to be complete and operational prior to demolishing the existing operations complex.� Construction will need to be phased strategically.� THE ANTICIPATED SOLICITATION DATE IS 1ST QUARTER OF FY22. THE ANTICIPATED CONSTRUCTION DURATION IS 1,500 CALENDAR DAYS FROM NOTICE TO PROCEED. Contractors will be required to submit a bid guarantee in accordance with 52.228-1. The awardee will be required to submit 100% payment and performance bonds amount within ten days from award of the contract. Bonding documents are not required for this Sources Sought. The Contracting Officer has classified this requirement as Construction of Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 237990. The small business size standard is $39.5 million. ONLY INTERESTED, CAPABLE, QUALIFIED AND RESPONSIVE CONTRACTORS, LARGE AND SMALL, WITH THE MINIMUM CAPABILITIES (I.E. REFER TO PROJECT DESCRIPTION AND KEY FACTORS FOR CONSIDERATIONS) ARE ENCOURAGED TO REPLY TO THIS SOURCES SOUGHT ANNOUNCEMENT. � It is anticipated that the Government will issue a firm fixed price contract for the construction contract(s).� Interested contractors must furnish the following information: KEY FACTORS FOR CONSIDERATION: Besides the objectives identified in the Project Narrative above, there are several factors that should be considered when developing response. Experience with construction or expansions of cemeteries. 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. 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. Site Location: Arlington National Cemetery, Arlington, VA. GENERAL INFORMATION: 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: 1. Company name, address, phone number, point of contact and point of contact email address. 2. Please submit your company�s Cage code and DUNS number and indicate �your business status as large business, �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) or Women-Owned Small Business (WOSB), Qualified Section 8(a) Alaskan Native/Tribal/Hawaiian Native Contractors must be registered in the System for Award Management (SAM) at time of proposal submittal.� Please see https://www.sam.gov/portal/public/SAM.for additional registration information. 3. Indicate the primary nature of your business, business size in relation to the NAICS Code 237990, and capability to execute the capabilities listed above. 4. 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, and two (2) examples of construction consisting of a significant cemetery or landscaping project, within the last 10 years. 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. 5. Provide responses to the questions listed below in reference to the potential combining of these two efforts into one construction contract. What is the level of industry interest in competing for the projects described above and explain the reasons or factors that would encourage or discourage you to compete for an individual contract or the combined contract as follows: Individual construction project for the Operations Complex, Warehouse Buildings, Parking Garage facilities Individual construction project for the Cemetery Expansion, Columbaria, Committal Shelter, and Air Force Memorial Integration facilities A combined project consisting of all construction efforts mentioned above. In light of the project site characteristics, how would the overall project benefit in terms of project delivery and execution or cost or schedule from performing the efforts under separate contracts versus combining them into a single contract?� What would be the disadvantages or risks associated with two contracts versus a single contract? How would your project approach differ in bidding and constructing a single contract versus two separate contracts on similar schedules?� To what extent do you perceive that the re-aligned Columbia Pike, as a critical Arlington County roadway within the project area, would impact the execution of individual contracts versus as a single contract? The Government is considering acquiring this using a Source Selection Best Value Tradeoff method. What factors (such as past performance, relevant experience, project team, schedule, etc.) or evaluation criteria do you think would lead to meaningful discriminators for performance capability among the competing offerors?� Please explain how the criteria would change if the competition involves in the individual projects or a single combined project. � Do you think the Government is more likely to award to a better overall qualified contractor, given the elements involved in each effort, if there is a single contract or two contracts?� Why? What is a reasonable time frame and number of relevant projects for past experience consideration during the evaluations stage for award?� Does the timeframe change based on whether there are individual projects or a single project? What is a reasonable contract duration for a single project? �For separate projects bidding and executing concurrently? How would you organize the construction contracting for the heavy civil vs vertical construction?� How would this change if the efforts are separate or together? How would phasing with construction and post-construction operations of the roadway project impact how the project is contracted and constructed if the efforts are combined or separate? 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. All questions and correspondence shall be directed via email to Ms. Synease Mcarthur at Synease.S.Mcarthur@usace.army.mil@usace.army.mil and a copy to Ms. Ekaterina Oxley at Ekaterina.Oxley@usace.army.mil. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army 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.� RESPONSE: All responses to this announcement may be sent electronically to Synease Mcarthur at Synease.S.Mcarthur@usace.army.mil and a copy furnished to Ekaterina Oxley at Ekaterina.Oxley@usace.army.mil no later than 10:00 a.m., May 15, 2020.� If you are unable to send the information via email, you may mail it to the address below.� All mailed documents must include a return address on the outside of the envelope to be accepted. LATE RESPONSES MAY NOT BE CONSIDERED. Place of Performance: Arlington National Cemetery Arlington, VA United States Primary Point of Contact: Synease Mcarthur Contract Specialist Synease.S.Mcarthur@usace.army.mil O: 757-201-7062 USACE District, Norfolk Secondary Point of Contact(s): Ekaterina �Katya� Oxley Contracting Officer Ekaterina.Oxley@usace.army.mil O: 757-201-7026 USACE District, Norfolk
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5ed47f838a6544c39836abb072feac53/view)
- Place of Performance
- Address: Arlington, VA, USA
- Country: USA
- Country: USA
- Record
- SN05643445-F 20200503/200501230145 (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 |