Pentagon-Southeast Parking Improvements, Arlington, Virginia
**THIS IS A REPOSTING FROM THE ORIGINAL SOURCES SOUGHT POSTED ON 20 NOVEMBER 2018 TO MODIFY THE NAICS CODE FROM 236220 TO 237310.** PENTAGON - SOUTHEAST PARKING IMPROVEMENTS, ARLINGTON, VIRGINIA THIS ... **THIS IS A REPOSTING FROM THE ORIGINAL SOURCES SOUGHT POSTED ON 20 NOVEMBER 2018 TO MODIFY THE NAICS CODE FROM 236220 TO 237310.** PENTAGON - SOUTHEAST PARKING IMPROVEMENTS, ARLINGTON, VIRGINIA 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 AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) requests capability statements from qualified Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, Service Disabled Veteran-Owned SB (SDVOSB) firms, Veteran-Owned Small Business (VOSB) firms, Historically or Underutilized Business Zone (HUBZone) firms and Women-Owned Small business firms (WOSB). The U.S. Army Corps of Engineers, Baltimore District has been tasked to solicit and award a firm-fixed-price design/build construction contract for the Pentagon - Southeast Parking Improvements, Arlington, VA. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 237310 - Highway, Street, and Bridge Construction with a size standard of $36,500,000.00. The magnitude of construction is between $10,000,000.00 and $25,000,000.00. Small Businesses are reminded that they must perform at least 20% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. By way of this Market Survey/Sources Sought Notice, the USACE NAB 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 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. Responses to this Notice will 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 Federal Acquisition Regulation (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. PROJECT DESCRIPTION: The USACE NAB has been tasked to solicit for and award construction services for the Pentagon - Southeast Parking Improvements Project, Arlington, VA. The proposed project will be a competitive, firm-fixed price, design-build (D-B) contract procured in accordance with FAR Part 15 using a Two-Phase Design/Build Best Value Trade-off Process. 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 be a realignment of existing streets, new and relocations of signalization, improve pedestrian traffic flow, repaving, creation of mass transit dedicated lanes and installation of 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. 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 237310, 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. Provide no more than three (3) examples of projects similar to requirements described above within the past six (6) years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 7. Responders should have experience in the areas listed below and provide narratives identifying that specific experience: a. Experience with the Pentagon permitting process. b. Include information indicating previous successful project work involving coordination and working CONCURRENTLY with outside agencies specifically NCPC and 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. P6 Scheduling capabilities. e. Experience with Environmental Low Impact Development. f. Experience with Microstation software. g. Experience with Pedestrian Traffic Modeling studies. h. Independent full-time, dedicated, self-performing (Prime contractor) safety staff. i. The contractor is required to be U.S. Citizen. j. Satisfactory draft and final CPARS (at a minimum) on submitted projects. k. D-B Prime contractor experience of least three (3) projects over $5 Million. 8. 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 RFP. 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 no later than 5 December 2018. All responses under this sources sought notice must be emailed to, Leigha Arnold, Contract Specialist - Leigha.M.Arnold@usace.army.mil referencing the sources sought notice number W912DR19R0011. 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: Leigha Arnold via email - Leigha.M.Arnold@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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »