SOURCES SOUGHT
Y -- Ft. Logan National Cemetery - Phase 1 (Construction)
- Notice Date
- 1/13/2022 1:21:16 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- OFFICE OF CONSTRUCTION & FACILITIES MGMT (36C10F) WASHINGTON DC 20420 USA
- ZIP Code
- 20420
- Solicitation Number
- 36C10F22R0029
- Response Due
- 1/27/2022 10:00:00 AM
- Archive Date
- 04/27/2022
- Point of Contact
- Ms. Alea Barnes, Contracting Officer, Phone: 224-610-7307
- E-Mail Address
-
alea.barnes@va.gov
(alea.barnes@va.gov)
- Awardee
- null
- Description
- The U.S. Department of Veterans Affairs Seeks Expressions of Interest for a Construction contract at the Ft. Logan National Cemetery. At this time, we are attempting to identify potential small, bondable, and experienced businesses such as: (1) Service-Disabled Veteran Owned Small Businesses (SDVOSB): (2) Veteran Owned Small Businesses (VOSB); (3) 8(a) contractors, (4) HUBZone Small Businesses, (5) Women Owned Small Businesses (WOSB), (6) and/or Small Disadvantaged Businesses (SDB) that are capable of meeting this construction requirement. Project Location: 4400 W Kenyon Ave, Denver, CO 80236 Project Description The Dept of VA has a requirement to expand the Ft Logan National Cemetery in Denver, CO. This project will develop approximately 30 acres of land for the Phase 1 gravesite expansion at Ft. Logan National Cemetery, providing approximately 38,546 gravesites, including both casket and cremation sites. This project will provide for the following elements and features: (a) Interment Areas (Burial Sections): NOTE: Provide maximum gravesites, per category, to full develop the respective burial section based upon environmental and topography constraints 1. Casketed Remains: - approximately 7,620 (3 x8 ) pre-placed crypt full casket gravesites - approximately 672 (4 x10 ) pre-placed oversized full casket gravesites 2. Cremated Remains: - approximately 19,694 (3 x4 ) in-ground, garden niche, or terrace sites - approximately 10,560 columbarium niches (b) Access Roads and Parking 1. Construct access road from Omaha Drive to new burial areas 2. Repair existing pavement: resurface/ repair existing roads, concrete and asphalt, including curbs and storm sewer inlets, as necessary (c) Grading, Drainage, and Landscaping (d) Signage and Site Furnishings (e) Extend Irrigation into new burial areas (f) Renovate/ upgrade Public Information Center/ Public Restroom/ Honor Guard Building (g) Renovate and repair (2) lake Spillways (including lake bank rehabilitation, slope repair, and dredging (h) Reclaim unpermitted buried dump site for future burial sections (i) Upgrade the physical security systems for the entire cemetery including the Administration Building and Maintenance Complex to meet all current VA Physical Security Design Manual requirements for Life Safety Facilities NCA 1. Provide combination of ornamental fence and black vinyl chain link around new cemetery property line (j) Correct infrastructure deficiencies D & F ratings identified by most recent Facility Condition Assessment (FCA) (k) Evaluate existing cemetery buildings and retrofit/incorporate Guiding Principles for High Performance and Sustainable Buildings MOU and Renewable Energy Initiatives. LEED and Green Globe requirements shall be used to improve sustainability and reduce energy usage (l) Protected Habitat Preservation, Wetlands, and Mitigation (m) Geographic Information System (GIS) Site Integration, as per the latest NCA master specifications 11 83 00 and 11 83 02 requirements. The contract drawings and specifications include a base bid and three options: Option 1) Memorial Dam/Spillway replacement vs. rehabilitation, 2) Memorial Dam downstream slope improvements and 3) Memorial Dam upstream slope repair. The Ft Sam Houston National Cemetery Ph 3 expansion is planned as a Design-Bid-Build acquisition for award in FY21. The Office of Construction and Facilities Management (CFM) will provide 100% design plans and specifications to prospective offerors. The approximate project duration will be 730 calendar days from the Notice to Proceed. The estimated magnitude for this project is between $20,000,000 and $50,000,000. The North American Industry Classification System (NAICS) of 237990 (Other Heavy and Civil Engineering Construction) with the size standard of $39.5 Million. The Dept of VA is considering conducting this acquisition as a best value with tradeoffs in accordance with FAR Part 15, Contracting by Negotiation. Sources Sought Notice This Sources Sought Notice is for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. It does not constitute a solicitation and is not to be considered as a commitment by the Government. Firms interested in submitting their capabilities for this project must include the following information compiled into a Capabilities Package: Cover letter/introduction that includes company name, address, DUNS Number, point of contact with phone number and e-mail address; Business size determination and qualifying small business status, if a small business; If, applicable provide evidence of SDVOSB or VOSB status through registration at VIP (https://www.vip.vetbiz.va.gov/); If, applicable provide evidence of ability to offer as a small business under NAICS Code 237990 and listing in the System for Award Management (www.beta.SAM.gov), with representations and certifications; Bonding capacity Provide a letter from your surety on surety letterhead that affirms your company s bonding capacity to furnish a bid bond, payment bond, and performance bond for a project between $20-$50 Million. Contractor Capability Statement, which shall include, but not be limited, to the following: Corporate Experience: Provide at least three (3) projects in the past seven (7) years that are Valued at approximately $20M or greater in construction costs and; Demonstrate your company s experience constructing or managing the construction of projects that match the following characteristics. VA/NCA National Cemetery projects State/local/private cemetery projects Projects requiring the construction of multiple features typical to a National Cemetery such as pre-cast, placed crypts; columbaria niches, memorial walls, cast or natural stone columbarium caps, cast or natural stone veneers, turf (sod) placement and maintenance, tree and shrub placement and maintenance, irrigation systems with mainlines exceeding 4-inch in diameter, irrigation central control systems, roadways, wetlands/environmental remediation or restoration. Building construction, building remodel, mass/fine grading & excavation, site utilities, paving, new golf courses or expansions, regional parks, multiple sport-fields complexes, or multi-phased land development projects larger than 10 acres. Describe your experience with as many of the elements of construction identified, below, as you can: Mass/fine Grading & Excavation Site Utilities Prefer to see projects involving earth work and grading for cemeteries, parks or site development projects of at least 10 acres. Site Utilities Demonstrate experience with storm water management systems and site drainage for flat sites. Demonstrate experience with potable water distribution from a well, or municipal source Demonstrate experience with sanitary waste systems, both POWTS & municipal. Paving Paving projects may include private & local asphalt roads; concrete curb & gutter, asphalt parking lots, and concrete sidewalk, on site development projects of at least 10 acres. Experience in Colorado or similar climates is preferred, but not required. Landscaping Landscaping projects involving planting and lawn installation for cemeteries, parks, golf courses or other site development projects of at least 10 acres in climates similar to Denver, CO. Irrigation Irrigation system installation for cemetery, park, golf course, or other types of development sites of at least 10 acres. Include experience with irrigation ponds, wells, pumping systems if you have it. Precast Concrete Burial Components Demonstrate experience with successful fabrication and installation of precast crypt and precast columbarium, if you have it. Phasing and Continuity of Operations Demonstrate experience with best practices to successfully complete phased site work at an occupied and functioning facility in a way to minimize noise and dust and minimize detrimental effects on cemetery operations. Current Project List: Provide a detailed list of ongoing contracts & projects; the description shall include project type, award amount, award date, and estimated completion date. 6. Project Labor Agreement (PLA) questionnaire must be filled out and attached. A PLA is defined as a pre-hire Collective Bargaining Agreement with one or more labor organizations that establishes the terms and conditions of employment for a specific construction project and is an agreement described in 29 U.S.C. 158(f). Federal Acquisition Regulation (FAR) 22.503 Policy: (a) Project Labor Agreement (PLA) is a tool that agencies may use to promote economy and efficiency in Federal procurement. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of project labor agreements in connection with large-scale construction projects. (b) An agency may, if appropriate, require that every contractor and subcontractor engaged in construction on the project agree, for that project, to negotiate or become a party to a project labor agreement with one or more labor organizations if the agency decides that the use of project labor agreements will- (1) Advance the Federal Government's interest in achieving economy and efficiency in Federal procurement, producing labor-management stability, and ensuring compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters; and (2) Be consistent with law. (c) Agencies may also consider the following factors in deciding whether the use of a project labor agreement is appropriate for the construction project: (1) The project will require multiple construction contractors and/or subcontractors employing workers in multiple crafts or trades. (2) There is a shortage of skilled labor in the region in which the construction project will be sited. (3) Completion of the project will require an extended period of time. (4) Project labor agreements have been used on comparable projects undertaken by Federal, State, municipal, or private entities in the geographic area of the project. (5) A project labor agreement will promote the agency s long term program interests, such as facilitating the training of a skilled workforce to meet the agency s future construction needs. (6) Any other factors that the agency decides are appropriate. See FAR Provision: 52.222-33 Notice of Requirement for Project Labor Agreement and FAR Clause 52.222-34 Project Labor Agreement for further details. Please submit Capability Packages via email to: Alea Barnes, Contracting Officer at Alea.Barnes@va.gov no later than 12:00 p.m. CT on January 27, 2022, in the subject line state Ft. Logan Phase 1 [Company Name]."" Note that this mailbox will only accept e-mails of 15MB in size or smaller, so you may break your submission into multiple emails if needed. All information concerning this requirement, when it proceeds to solicitation, will be posted only on the Federal Business Opportunities website (https://SAM.gov). At this time, no solicitation exists, therefore, please DO NOT REQUEST A SOLICITATION PACKAGE. PROJECT LABOR AGREEMENT (PLA) QUESTIONNAIRE: (Please respond to the questions below) 1. Is your company familiar with Project Labor Agreement (PLA) and its use on construction projects? Yes/No Comments: 2. Would your company likely submit a proposal for the VA construction solicitation that requires the use of a PLA? Yes/No Comments: 3. If VA requires a PLA, would your proposed construction cost likely to increase or decrease and what is the likely percentage of cost increase or decrease? Comments: 4. Does the VA requirement to use of a PLA on a construction project restrict competition? Yes/No Comments: 5. Do you expect subcontractor resistance should VA requires the use of a PLA on this construction solicitation? Yes/No Comments: 6. Do you have additional comments regarding the use of a PLA for this project? Company's Name and DUNS: Company's Address: Today's Date: Company Representative's Print Name: Company Representative s Signature: Telephone number and email: Please submit your PLA questionnaire along with your response to this sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3571516d897e44a3b2fd4903bb427a75/view)
- Place of Performance
- Address: Ft Logan National Cemetery 4400W Kenyon Ave, Denver 80236, USA
- Zip Code: 80236
- Country: USA
- Zip Code: 80236
- Record
- SN06217529-F 20220115/220114120846 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |