The RFP Database
New business relationships start here

ANC McPherson Rd


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

SOURCES SOUGHT
Arlington National Cemetery - McPherson Area Roads Reconstruction Project
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 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 237310.


Project Description:


The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the McPherson Area Roads Reconstruction Project in Arlington National Cemetery (ANC), VA.


The scope of this project includes replacing approximately 9,500LF of existing curbs & gutters, roadway, sub grade, inlets, drain pipes, and necessary under drains on the south-west area of the cemetery. Associated roads include: McPherson Drive, Farragut Drive, Jackson Circle, Lawton Drive, Capron Drive, McKinley Drive, Miles Drive, Hobson Drive, and section of Grant Drive. Scope also includes intersection of adjacent roads up to the nearest drain inlet, as required to facilitate drain line work, and storm water drain line replacement. New conduit and hand hole boxes shall be installed for a future WI-FI system. Finishing grading and sod shall be installed on all disturbed areas.


Drain lines, drain inlets, manholes, and roadway reconstructed to current VDOT standards or as otherwise specified by ANC requirements. Care must be taken to protect trees and root systems along the roadways. Staging areas shall be within the construction areas. Implement Project Phasing that will minimize impacts pedestrian traffic and cemetery operations.


ANC is not only our Nations Most Sacred Shrine but is also now a Nationally-recognized Level III Arboretum so the quality of landscape materials and installation is a critical success factor.


KEY FACTORS FOR CONSIDERATION:


Besides the objectives identified in the Project Narrative above. There are several planning factors that should be considered when developing response.


1) The McPherson Area Roads Reconstruction project is critical to the operations of the cemetery. Road reconstruction anticipated to be very close to existing burial and monument areas, and in potential archaeological historic areas of interest. Due to 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 will be expected.


2) Contractors should expect atypical work hours and possibly multiple shifts. With up to 30 funerals taking place between 8:30 AM and 3:30 PM. Contractors could expect delays in the performance of noise producing construction. Some of the work would be expected to be performed during the off hours of Arlington National Cemetery.


3) Noise Consideration. Given that Arlington National Cemetery will be maintaining normal operations throughout the duration of this contract, contractors would be expected to use the least noise disturbing method practical in order to not disturb those who are attending gatherings in the project area.


4) Timely completion of schedule. Given the high visibility of the project and impact to vehicular and pedestrian traffic, completion of this project on time will be one of the most important factors, right behind quality. However, even though scheduling is one of the most important factors, it is not at the expense in obtaining a fair and reasonable price.


5) Site Location: Arlington National Cemetery, One Memorial Ave, Arlington, VA.


The anticipated period of performance is as follows:
Pre-Performance Administration: up to 60 calendar days
Construction Duration: 365 calendar days.
Closeout Administration: up to 60 calendar days


The order of magnitude for this effort is estimated between $10,000,000.00 and $25,000,000.00. Contractors will be required to submit bonding documents prior to award. Bonding documents are not required for this Sources Sought.
All interested capable, qualified, and responsive contractors are encouraged to reply to this sources sought announcement.
The Contracting Officer has classified this requirement as Construction of Commercial and Institutional Building Constructions, North American Industry Classification System (NAICS) code 237310. The small business size standard is $39.5 million.


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.


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 237310, and capability to execute the capabilities listed above. The size standard for NAICS 237310 is $39.5 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/#/

7. Please provide a one page overview on project approach to include but not limited to: reconstruction of curbs & gutters, roadway, sub grade, inlets, drain pipes, necessary under drains and other utility installation, managing a demanding schedule and provide major risks you anticipate given the constraints identified in this Sources Sought.


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., 21 November 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


Stephe Astwood, Contract Specialist, Phone (757) 201-7145, Fax 7572017183, 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