The RFP Database
New business relationships start here

PENTAGON  SOUTHEAST PARKING IMPROVEMENTS


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

Title: PENTAGON - SOUTHEAST PARKING IMPROVEMENTS

W912DR1800004


THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.

The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of PENTAGON - SOUTHEAST PARKING IMPROVEMENTS, ARLINGTON, VIRGINIA.


By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice.


In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. Magnitude of Construction is between $10M and $25M.


PROJECT DESCRIPTION:


The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for Pentagon - Southeast Parking Improvements. Proposed project will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-phase Best Value Tradeoff Process.


USACE is in the project planning phase for design and construction of Southeast Parking Improvements project at the Pentagon Reservation in Arlington County, VA.


Located just southwest of Washington, DC, the Pentagon sits entirely within Arlington County, Virginia. The Southeast Parking Improvements project site is on the southern end of the Pentagon Reservation. It is generally bounded by I-395 to the south, VA Rt. 110 to the east, and VA Rt. 27 to the west. This project is in response to growing concerns regarding pedestrian and vehicular safety, inefficient traffic flow, antiquated geometric design, poor circulation, security concerns, and a lack of sustainable features in the South Parking Area of the Pentagon Reservation. The improvements required will address the concerns for the facility and enhance the safety and overall efficiency of pedestrian and vehicular movements within the South Parking Area. The project will include realignment of existing streets, new locations and relocations of signalization, improving pedestrian traffic flow, repaving, creating mass transit dedicated lanes and installing an access control point. This project leverages and is coordinated with adjacent improvements being made by the Virginia Department of Transportation (VDOT) to constructs High Occupancy Toll lanes on I-395.


The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate.


The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36,500,000.


Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement


Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration.


Prior Government contract work is not required for submitting a response to this sources sought synopsis


Responders should address ALL of the following in their submittal:


1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number.


2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register.


3. In consideration of NAICS code 236220, with a small business size standard in dollars of $36.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business.


4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain).


5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor.


6. If your company is large, indicate that the company is capable of adhering to a Small Business Subcontracting Plan wherein at least 50% of the subcontracting dollars can be performed by a small business.


7. Provide three (3) examples of projects similar to the requirements described above within the past six (6) years. Include point of contact information for the examples provided in order for the Government to verify the past performance on indicated projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.


8. Responders should have experience in the areas listed below and provide narratives identifying that specific experience:


a. Successful experience with the Pentagon permitting process.

b. Include information indicating previous successful project work involving extensive coordination and working CONCURRENTLY with outside agencies specifically National Capital Planning Commission (NCPC), Commission of Fine Arts (CFA).

c. Contractor must understand the Unified Facilities Criteria to include but not limited to: UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, UFC 4-020-01 DoD Security Engineering Facilities Planning Manual, UFC 4-022-01 Security Engineering: Entry control Facilities and Access Control Points, and UFC 4-021-02.

d. Extensive P6 Scheduling capabilities.

e. Extensive successful experience with green roof technology, Leadership in Energy and Environmental Design (LEED) silver construction and Environmental Low Impact Development.

f. Extensive successful experience with Microstation software and Building Information Management (BIM) technology.

g. Extensive successful experience with Pedestrian Traffic Modeling studies.

h. Extensive successful experience with construction over existing underground tunnel systems.

i. Independent full-time, dedicated, self-performing (Prime contractor) safety staff.

j. The contractor is required to be US Citizen.

k. Satisfactory draft and final CPARS (at a minimum).

l. DB Prime contractor experience of least 5 projects over $5 Million.


9. Total submittal shall be no longer than fifteen (15) pages in one (1).pdf file double sided pages will count as two (2) separate pages


Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.


Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.


Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 A.M. Eastern Standard Time (EST) March 19, 2018. All responses under this Sources Sought Notice must be emailed to, Patricia Morrow, Contract Specialist - Patricia.L.Morrow@usace.army.mil referencing the sources sought notice number W912DR1800004.


Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Patricia Morrow via email - Patricia.L.Morrow@usace.army.mil.


*Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.


Patricia Morrow, Phone 4109623463, Email patricia.l.morrow@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP