Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2013 FBO #4115
MODIFICATION

Y -- Millennium Project at Arlington National Cemetery, Arlington, VA

Notice Date
2/27/2013
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-13-R-0012
 
Response Due
4/11/2013
 
Archive Date
4/28/2013
 
Point of Contact
Jennifer Majdeski, 757-201-7118
 
E-Mail Address
USACE District, Norfolk
(jennifer.r.majdeski@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: The 65% complete construction plans and specifications to be included in the initial release of the solicitation may be changed based on environmental considerations and further design development. Funds are not presently available for this acquisition. No contract award will be made until the Environmental Assessment is completed and appropriated funds are made available. The U.S. Army Corps of Engineers, Norfolk District has a requirement for the Millennium Project at Arlington National Cemetery. The scope of work consists of developing approximately 27 acres to increase burial space at Arlington National Cemetery. This site in on the northwest portion of the Cemetery adjacent to the Joint Base Myer-Henderson Hall Military Reservation and National Park Service Property. The project includes casket burial sections, in-ground cremains sites and columbarium structures. Building and site element construction shall be suitable for the environment and complement the architectural theme and considerations of Arlington National Cemetery. Improvements shall include pre-set crypts for in-ground burial, columbarium niche sites and in-ground cremains sites, an ornamental and security perimeter fence, retaining walls, a bridge over an existing stream, water features, landscaping and vehicle and pedestrian access roads and walks. Supporting facilities include water, sanitary sewer, storm drainage, and underground electrical and communications/information systems, stream restoration and security considerations and systems. Demolition and preparation of the site will require demolition of existing site features and pavements, removal of trees and vegetation and protection of natural site features and select trees. Special foundations are required to address the varying soil conditions on the site. Anti-terrorism/force protection measure shall be included to the extent required by regulation and all constructions shall comply with ADA requirements and considerations. Construction shall conform to the requirements in the complete construction plans and specifications to be issued later. Construction operations will require close coordination with Joint Base Myer-Henderson Hall and the National Park Service throughout the duration of this project. The solicitation number assigned to this acquisition is W91236-13-R-0012. The Government intends to award a firm fixed price contract using REQUEST FOR PROPOSAL and procedures outlined in FAR 36 and FAR 15. The evaluation factors for this action will be as follows (listed in descending order of importance): (1) Past Performance, (2) Specialized Experience, (3) Technical Approach, and (4) Small Business Participation Plan, (5) Price. Proposers will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. The contract duration is 900 calendar days. The magnitude of construction is estimated to be $25,000,000.00-$100,000,000.00. A preproposal conference is will be held on this project, at this time the anticipated date is 20 March 2013. The receipt date for Proposals is on/about 11 April 2013 by 11:00 am EST. NAICS CODE 237990 ($33.5M) applies to this procurement. Submission requirements (plans/specs) will be available on/about 11 March 2013 via Federal Business Opportunities (FedBizOpps, https://www.fbo.gov). Bid bonds will be required with proposal submittals. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOpps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov. Lack of registration in the SAM database will prevent access to FedBizOpps and will make an Bidder ineligible for award. NOTE: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, vendors have the ability to enter and maintain representations and certification information, via the Internet at http://orca.bpn.gov; therefore, vendors no longer have to submit representations and certifications with bid. Instead, this solicitation contains a single provision that will allow vendor to either certify that all representations and certifications in ORCA are current, complete, and accurate as of the date of signature, or list any changes. Inquires may be directed to Jennifer Majdeski by email at Jennifer.r.majdeski@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED. A PREPROPOSAL CONFERENCE for the subject project will be conducted on Wednesday, MARCH 20, 2013 beginning at 1:00 pm in the Women in Military Service of America (WIMSA) facility located at the end of Memorial Drive at Arlington National Cemetery. The conference will include informational briefs and a tour showing various features of the project site. All questions concerning the project or the solicitation must be put in writing and must be submitted via ProjNet using the following codes: W91236-13-R-0012, project key: DI25B5-DAW26R. In order to ensure that all prospective offerors have equal access to answers to submitted questions, all responses will be provided only in a quote mark Question & Answer quote mark attachment to an amendment to the solicitation. Due to limited transportation and a desire to provide an opportunity for as many companies as possible to participate in the site visit, there is a limit of two representatives per company that may attend this activity. In order to ensure sufficient transportation for those who wish to participate in the site tour, the following information must be submitted to Ms. Jennifer Majdeski via email, at jennifer.r.majdeski@usace.army.mil NO LATER THAN March 14, 2013 at noon EST. Attendee parking is available for a fee at the Welcome Center Parking Garage or the site can be reached through the Washington DC Metro service. Attendees to Preproposal Conference: Contractor/Company: ______________________ City/State of Company: ____________________ Telephone Number of POC: _________________ Email Address of POC: _____________________ Name(s) of Attendees:(1)_______________________ (2)_______________________ Please check one that applies to your company: ____ Prospective Prime Contractor ____ Prospective Subcontractor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-13-R-0012/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN02997828-W 20130301/130227235033-199a787e1c6899a3837cf142f29013c4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.