Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2015 FBO #5130
SOURCES SOUGHT

49 -- Arlington National Cemetery Irrigation Upgrades

Notice Date
12/8/2015
 
Notice Type
Sources Sought
 
NAICS
221310 — Water Supply and Irrigation Systems
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-R-0016
 
Archive Date
1/6/2016
 
Point of Contact
Keith Westry, Phone: 7572017035
 
E-Mail Address
Keith.O.Westry@usace.army.mil
(Keith.O.Westry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RESPONSES REQUESTED FROM ALL INTERESTED FIRMS (LARGE AND SMALL BUSINESSES) This announcement constitutes a Sources Sought Synopsis (market survey). This IS NOT a request for proposal or a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge and information of potential qualified firms. Responses to this Sources Sought Notice will be used by the Government in making appropriate acquisition decisions. There will there be no compensation provided for any submissions provided to the Government. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The U.S. Army Corps of Engineers, Norfolk District is anticipating a future procurement for a firm-fixed-price contract for the design, bid, build contract provide an irrigation system which will effectively irrigate all areas to be covered, and shall be installed in a professional manner. Contractor will be required to upgrade 3 existing irrigation systems and construct 7 new irrigation systems. Systems will be required to be connected with a center controller. Arlington National Cemetery (ANC) had a study of the current irrigation system done in February 2014. The authors found that the irrigation system has a number of shortcomings and failures: some pipes are buried too close to the ground's surface, some areas lack backflow protectors, in some areas walls and pavement are being watered indicating inappropriate heads and flows are used. Plans and specifications are being created for sites in the cemetery. These plans and specifications along with the review comments shall be used as the basis for the design of each area. A thorough cost estimate will be needed to take into account the varying site conditions at ANC. The specifications should include instructions to the contractor to field verify the locations of the utilities. All new systems are required, except when the components (heads, valves, etc.) of existing systems are fully functionally and completely fit in with the new system design. When practical, abandon pipes and wires of existing systems in place. Remove unusable heads, valves and valve boxes. All systems will need to have back flow prevention added and/or updated. ANC Horticulture does not have a need for the backflow device to have meters. Add controllers (integrated to central controller) and backflow prevention to all systems. The irrigation systems should be compatible with Hunter IMMS system. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 221310, Water Supply and Irrigation Systems, with a small business size standard of $27.5 million. Interested contractors are to provide capability statements that contain, in respective order: 1. Company name, address, phone number and point-of-contact. 2. Please submit your 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). Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. 3. Indicate the primary nature of your business and capability to execute one of the identified refinishing options listed above. 4. 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, golf courses) without complete shut down of operations. 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. 5. Due to the prominence of the Arlington National Cemetery, there are working hour restrictions, funeral processions, daily visitors, construction site and crew appearance and limitations, nighttime construction, and other limitations. Please provide a write up of your capability to manage the construction within these limits on past experience and how you would manage the construction of projects on a site such as Arlington National Cemetery or highly visible similar site to minimize operation impacts during construction. 6. Would be interested in responding to solicitation for: (Yes or No) a Sole Source (8a) b. LPTA -Lowest Price Technical Acceptable c. IFB - Invitation For Bid. (Lowest Price) d. Best Value e. Others (please indicate) Your capabilities statement may be mailed or submitted via electronic means. Electronic submissions should be emailed to Keith.o.westry@usace.army.mil. Hardcopies may be mailed to U.S. Army Corps of Engineers, Norfolk District, ATTN: Keith Westry, Contracting Office, 803 Front Street, Norfolk, VA 23510. The capability statement must be received by mail or electronic means no later than 12:00 pm (EST) on 22 December 2015. 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. No solicitation is currently available. Point of Contact is Steve Slaby, (757) 201-7035; email: Keith.O.Westry@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-R-0016/listing.html)
 
Record
SN03964091-W 20151210/151208234613-3ab760dfd4bf47365bbd8f4b75c130da (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.