Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2022 SAM #7363
SOURCES SOUGHT

99 -- Memorial Avenue Pylon Project

Notice Date
1/26/2022 5:23:34 AM
 
Notice Type
Sources Sought
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-22-S-0022
 
Response Due
2/10/2022 7:00:00 AM
 
Point of Contact
Nicholas Lizotte, Dianne K. Grimes, Phone: 7572017839, Fax: 7572017183
 
E-Mail Address
nicholas.lizotte@usace.army.mil, dianne.k.grimes@usace.army.mil
(nicholas.lizotte@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify qualified and experienced small businesses that are interested in and capable of performing the work described herein.� This notice is posted as a market research tool only. If you are a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, and small businesses less than $39.5. This Sources Sought Notice is for firms with a North American Industry Classification System (NAICS) Code 237990 Other Heavy and Civil Engineering Construction. Description of Work The project delivery type will be a Design-Build contract. The project is to design, stabilize and level three (3) existing pylons located at the western terminus of Memorial Avenue at the entrance to Arlington National Cemetery (ANC), immediately opposite a pedestrian plaza serving the Women in Military Service to America Memorial.� The work for this contract includes, but not limited to, the following: �� 1. Provide a full design for stabilization and leveling of pylons. The Designer of Record (DOR) will be the Government selected AE firm. �� 2. Install the resistance piers under three existing pylons to stabilize against further movement and level. �� 3. Repair and restore the associated features disturbed by the foundation stabilization work. ��������� Services to perform this work will be procured through a Sole Source contract.� The total design-build contract award range will be between $1M and $5M. Construction Time The anticipated solicitation (RFP) issuance timeframe will be in May 2022. The estimated award timeframe will be in July-August 2022. The design-build period of performance will be approximately 390 calendar days from receipt of notice to proceed.� Experience Requirements Criteria These criteria will be used to assess whether the interested contractor can demonstrate the expertise and specialized experience needed for adequate contract performance.� Stabilization of Foundations - Specialized experience with installation of steel resistance piers (including push piles, helical piles, brackets and temporary lateral bracing) for stabilization of existing foundations. Experience performing the work (site improvements, earthwork etc.) around or in the vicinity of the objects of historical and cultural value which requires extra caution in order not to damage or otherwise adversely impact the surroundings. Sources are sought for all interested firms with a NAICS code of 237990 Other Heavy and Civil Engineering Construction with a small business size standard of $39,500,000.00 SURVEY OF THE CONSTRUCTION INDUSTRY We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: (1) Identification and verification of the company's large or small business status, (2) governmental CAGE Code and DUNS number, if applicable, 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience � Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's level of interest in performing the work. 3. Firm's capacity to perform a contract of this magnitude and complexity. 4. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of two similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed. 5. If firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service-Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). 6. Firm's Existing Joint Ventures including Mentor/Prot�g� and teaming arrangement information. 7. Firm�s governmental CAGE code and DUNS number, if applicable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) 9. A statement of the portion of this contract�s work that will be self-performed and how it will be accomplished. Please only include a narrative of the requested information.� Additional information will not be reviewed. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically to jack.b.bass@usace.army.mil and dianne.k.grimes@usace.army.mil. The capability statement must be submitted no later than 10 February 2022. �Limit capability briefing package to (5) pages. This Sources Sought should not be construed in any manner to be an obligation of the Norfolk District, U.S. Army Corps of Engineers, to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Nicholas Lizotte, Email: Nicholas.lizotte@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce25727d7b9647a3b616eed6758db9a8/view)
 
Record
SN06225866-F 20220128/220126230110 (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.