Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
MODIFICATION

Y -- Arlington National Cemetery, Perimeter Security Fence

Notice Date
5/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR18B0007
 
Archive Date
9/28/2018
 
Point of Contact
Brian L. Richardson, Phone: 4109622711
 
E-Mail Address
Brian.Richardson2@usace.army.mil
(Brian.Richardson2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed procurement is Full and Open Competition (Unrestricted). The project is planned to be a competitive, firm-fixed price, design bid build contract to be procured under a two-step Invitation for Bid (IFB) process. The North American Industry Classification System code for this procurement is 238990, Specialty Trade Contractors - All Other Specialty Contractors. The small business size standard is $15,000,000. Project Description: The purpose of this project is to provide Fort Myer with a protective barrier ornamental fence and associated access gates to secure the eastern perimeter along its boundary with the Arlington National Cemetery. The contractor will be required to construct approximately 9,600 LF of an 8' perimeter ornamental security fence along the eastern boundary of Joint Base Myer-Henderson Hall (JBM-HH) in order to correct existing security deficiencies. The fence will begin at Fort Myer's Wright Gate and continue past the ANC Millennium Site to the former Gate 3 at Henderson Hall. The fence will be installed an average of 15 to 20 feet from the existing stone wall on the JBM-HH side of the property line. The ornamental fence will be aesthetically neutral as viewed from the ANC side. Existing perimeter exterior lighting poles will be relocated to a new functional placement point relative to the new security fence, and installed along perimeter fence to aid with continuous or periodic observation. Infrastructure for intrusion detection system cameras and poles will be installed as required based on optimum functional placement relative to the new security fence. The perimeter fence will be compliant with Antiterrorism/Force Protection (AT/FP) requirements, and will include four (4) new K-12 rated vehicular sliding gates along the JBM-HH side of the property line at access points between JBM-HH and ANC. The existing Old Post Chapel parking lot will be expanded and repaved. In the Tri-Service Parking Lot, several parking areas adjacent to the boundary wall will be returned to green space. All of the parking spaces along the ANC wall near Henderson Hall will be removed and turned into green space. To counter the lost spaces, a new 117 space parking lot will be constructed west of Henderson. Construction phasing will be required in several areas including: Old Post Chapel, Memorial and Selfridge gates. In accordance with DFARS 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000 and $25,000,000. This will be a Two Step Sealed Bid Process. The two-step procedure is designed to obtain the benefits of sealed bidding by awarding a contract to the lowest price, responsive, responsible offeror. A firm-fixed-price contract will be awarded to the responsive and responsible Bidder, whom the Government determined had an acceptable Step-One proposal, conforms to the solicitation, is fair and reasonable, and bids the lowest price. Step One under this bidding process consists of the request for, submission, evaluation, and (if necessary) discussion of a technical proposal. Only one technical proposal may be submitted by each offeror. The proposals are evaluated for technical acceptability. The technical proposal shall not include prices or pricing information. Offerors should submit proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. Negotiations or discussions are held, if necessary. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. In the Step Two, the normal sealed bid process will be followed. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions in Step One, will be considered for award. Each bid in the second step must be based on the bidder's own technical proposal. Each bidder shall comply with the specifications and the bidder's technical proposal. It is anticipated that Step One will be released on or about June 1, 2018. The solicitation will be provided in an electronic format, free of charge to all authenticated account holders of Federal Business Opportunities (FBO) System. Step Two of the solicitation will be available to those offerors selected to advance. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18B0007/listing.html)
 
Place of Performance
Address: Arlington, Virginia, United States
 
Record
SN04926495-W 20180519/180517231013-75db6be0a40f68c2839e069b9e482a24 (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.