The RFP Database
New business relationships start here

ANC Minor Works Projects SATOC


Virginia, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE

Arlington National Cemetery - Minor Works Projects SATOC
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. 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 Notice to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought Notice.


ALL INTERESTED 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 FIRMS SHOULD RESPOND TO THIS NOTICE UNDER NAICS CODE 236220.


Project Description:


The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Minor Work Projects Single Award Task Order Contract (SATOC) at Arlington National Cemetery (ANC) and Soldier's and Airmen's Home National Cemetery (SAHNC) in Washington, D.C.


In accordance the scope of work of each project under the contract, the contractor shall provide all management, supervision, labor, materials tools and equipment necessary to perform minor construction/replacement of facilities; repair/modify/renovate existing facilities; repair/replace asphalt roadways and walkways; repair/replace concrete walkways and ramps; repair/replace site utilities; perform site work as required. Projects will have an estimated range of $50,000.00 to $500,000.00.


Specific work includes: interior and exterior building repairs/renovations including HVAC, plumbing, painting and wall coverings, roofing, building envelope, waterproofing, doors and windows, floor coverings, interior/exterior electrical and lighting, ceilings; asphalt road resurfacing, patching, repair, milling; concrete curbs gutters and drain inlets; flagstone, masonry and specialized stonework to include monuments; domestic water, sanitary sewer and storm drain-line repair/replacement/relining; backflow device installation and replacement; finish grading, sod installation and landscaping in disturbed areas; and other minor construction work.


KEY FACTORS FOR CONSIDERATION:


In addition to the objectives identified in the Project Description above, there are several planning factors that should be considered when developing a response.


1) ANC and SAHNC will remain in operation during the entire construction period. Up to 30 funerals take place each day between 8:30 AM and 3:30 PM, so Contractors should expect atypical work hours and possibly multiple shifts. While some work may be required to be performed during off hours of ANC and SAHNC, work shall only occur between 6:00 AM and 7:00 PM, Monday through Sunday. Work beyond those hours requires coordination with ANC Staff and approval by the COR. The Contractor's site manager is responsible for staying abreast of all cemetery events. A list of scheduled ceremonies will be provided each week prior to the event, and a list of scheduled funerals will be provided the day prior.


2) Contractor shall conduct operations with the least possible interference of normal operations at the project sites. Construction priorities must yield first and foremost, to those attending funeral services and visiting the nation's most sacred shrine. No work shall interfere with any funeral, ceremony, procession, or visitation, causing delay, alteration or otherwise compromising the dignity or security of the event. Work shall cease if within 200 feet of any interment or inurnment funeral service or procession shall cease until the service has been completed.


3) Contractor is responsible to ensure work is completed by the least noise disturbing method practical. Contractors should expect delays in the performance of noise producing construction. Work, especially with power equipment, within 1,000 feet of the funeral or ceremony is generally not acceptable. Noise or other activities that would disturb Changing of the Guard ceremonies at the Tomb of the Unknown Soldiers are not permitted. Permission to interrupt any cemetery roads, and/or utility service shall be requested in writing a minimum of 15 calendar days prior to the desired date of interruption.


4) Staging areas shall be within the construction area of each project. Contractor shall implement Project Phasing that will minimize impacts pedestrian traffic and cemetery operations. ANC is not only our Nation's Most Sacred Shrine but is also a Nationally-recognized Level III Arboretum. Thus, the quality of landscape materials and installation is a critical factor for project success.


5) Timely completion of schedule is critical. Given the high visibility of the projects and potential impact to visitors, completion of projects on time will be the most important factor, closely followed by quality. However, this will not be at the expense in obtaining a fair and reasonable price.


6) Contractor and all associated sub-contractor employees will comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by the ANC Security Office). The contractor will also provide all information required for background checks to meet installation access requirements through the ANC Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy, including e-Verify. In addition to the changes otherwise authorized by the changes clause of the proposed contract, should the Force Protection Condition (FPCON) or security posture of ANC change, the Government may require changes in contractor security matters or processes


7) The Minor Work Projects SATOC is critical to the operations of the cemetery. Some projects are anticipated to be very close to existing burial and monument areas, and in potential archaeological historic areas of interest. Because of these considerations, anticipate high visibility of the project, including frequent RFIs regarding status and progress, as well as random appearances by senior government officials and 3rd Party archaeologists to monitor progress and ask questions. Monthly reports with time-lapse photo and video of the project may be required.


8) In 2014 ANC was placed on the National Register of Historic Places (NRHP) as a Historic District. It is the NRHP's policy to categorize all historic cemetery land, roads, monuments, headstones, buildings, structures, and objects within the boundary as "historic," regardless of their age. This means all work included in these projects is within a NRHP district and protected by law. The project must meet:


- Any stipulations agreed to during consultation conducted under Section 106 of the National Historic Preservation Act.


- The Secretary of the Interior's Preservation Standards and Guidelines for the Treatment of Historic Properties.


- Historical and archaeological finds shall be protected; if in the performance of this contract, evidence of possible scientific, prehistoric, historical, or archaeological be discovered, the Contractor shall immediately cease work at that location, avoid further disturbance, and notify the COR.


- Team must include historic construction specialists, who have worked on sites and projects of similar type, size, and age, and can meet the Secretary of the Interior's Standards. Historic construction specialists must be utilized when working on structures and objects that are included on ANC's "List of Classified Structures."


9) The Contractor shall require employees to comply with utilities conservation practices. The Contractor is responsible for ensuring all employees possess all required licenses for operating equipment and vehicles used in the execution of each project. Use of any chemicals shall meet EPA guidelines and State of Virginia law for licensed applicator requirements, if applicable, and shall not be used without prior review and consent of the COR.


10) ANC is required to comply with Federal, State and Local environmental regulations. The cemetery maintains an MS4 Permit (Municipal Separate Storm Sewer System Permit) and requires all construction projects to obtain a General Construction Permit through Virginia Department of Environmental Quality (DEQ) prior to beginning construction activity. That permit will require compliance with erosion and sediment control criteria and compliance with Best Management Practices. The DEQ ensures compliance with those regulations and has the authority is issue fines to contractors for violations. DEQ regulations require that contractor employees receive ongoing training throughout the duration of the project. To assist contractors comply with DEQ training requirements, ANC will provide training of contractor employees upon request. DEQ also requires that land disturbing activities be overseen by a contractor employee who is a Responsible Land Disturber trained and certified by DEQ.

Site Locations:


Arlington National Cemetery, One Memorial Ave, Arlington, VA; and Soldier's and Airmen's Home National Cemetery, 21 Harewood Rd. NW, in Washington, D.C.


The anticipated period of performance will be one (1) base period and four (4) option periods.


The Contracting Officer has classified this requirement as Construction of Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 236220. The small business size standard is $36.5 million.


The anticipated capacity for the SATOC will be $25 million.


Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought.


Only interested, capable, qualified and responsive small business 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.


The Sources Sought response should demonstrate knowledge of, experience in, and ability to successfully execute the variety of work listed in the Project Description.


It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information:


General Information:


1. Bidders must complete the attached Sources Sought Bidder Information Form to detail the following:


2. Company name, address, phone number, point of contact and point of contact email address.


3. Please submit your company's Cage code 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) 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 contract award. Please see https://www.sam.gov/portal/public/SAM.for additional registration information.


4. Indicate the primary nature of your business, business size in relation to the NAICS Code 236220, and capability to execute the capabilities listed above. The size standard for NAICS 236220 is $36.5 million.


5. Provide two (2) examples of projects similar to requirements described in the project description above, within the past seven (7) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location (cemeteries, national or state memorials sites, or facility with night work requirements). 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.


6. Due to the prominence of the Arlington National Cemetery, there are working hour restrictions, funeral processions, daily visitors, construction site and crew appearance limitations, night time construction, and other limitations. Please provide a narrative of you capability to manage the construction within these limits on past projects and how you would manage the construction projects on a site such as Arlington National Cemetery or highly visible similar site to minimize operation impacts during construction.


More information on Arlington National Cemetery can be found at: http://www.arlingtoncemetery.mil/#/


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. All questions and correspondence shall be directed via email at Stephen Astwood at Stephen.d.astwood@usace.army.mil and a copy to Dianne Grimes at Dianne.k.grimes@usace.army.mil.


This Sources Sought should not be construed in any manner to be an obligation of the U.S. 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.


All responses to this announcement may be sent electronically to Stephen Astwood at Stephen.d.astwood@usace.army.mil and a copy furnished to Dianne Grimes at Dianne.k.grimes@usace.army.mil no later than 10:00 a.m., 25 September 2019. 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.


US ARMY CORPS OF ENGINEERS
NORFOLK DISTRICT
ATTN: MS. DIANNE GRIMES
803 FRONT STREET
NORFOLK, VA 23510-1011


Contracting Office Address:
USACE Norfolk District
803 Front Street
Norfolk VA 23510-1011
United States


Place of Performance:
Arlington National Cemetery
Arlington, VA
United States


Soldier's and Airmen's Home National Cemetery
Washington, DC
United States


Primary Point of Contact:
Stephen D. Astwood
Contract Specialist
dianne.k.grimes@usace.army.mill
O: 757-201-7145
F: 757-201-7183
USACE District, Norfolk


Secondary Point of Contact(s):
Dianne Grimes
Contracting Officer
dianne.k.grimes@usace.army.mill
O: 757-201-7839
F: 757-201-7183
USACE District, Norfolk


Stephen Astwood, Contract Specialist, Phone 757-201-7145, Fax 757-201-7183, Email stephen.d.astwood@usace.army.mil - Dianne K. Grimes, Contracting Officer, Phone 757-201-7839, Fax 7572017183, Email dianne.k.grimes@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP