Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOURCES SOUGHT

Y -- Mulitple Award Task Order Contract (MATOC) for Construction, Arlington National Cemetery, Arlington, VA - MARKET SURVEY RESPONSE FORM

Notice Date
7/28/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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
W91236-11-R-0033
 
Archive Date
8/27/2011
 
Point of Contact
Debora S Gray, Phone: 757-201-7551
 
E-Mail Address
debora.s.gray@usace.army.mil
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Response Form This is a sources sought notice only; it is not a request for competitive proposals. The Norfolk District, Corps of Engineers is conducting market research to identify potential sources for a Multiple Award Task Order Contract (MATOC) for Construction (Design Build or Design-Bid Build) for Arlington National Cemetery, Arlington, VA. It is anticipated that the pool for the MATOC will be $48,000,000.00 and will be a base period plus four one-year option periods. 1. There is a newly discovered requirement to use a factor in addition to price for individual task orders. [Task orders will generally be awarded by competition between all contractors participating in this MATOC. Competition will be based upon price and other factors established by the Government. Factors other than price include, but are not limited to: duration of the task order as proposed by the contractor that meets the requirements established by the Government, merit of technical proposal for the task order in accordance with factors established by the Government, current contractor work load, specialized experience of the contractor including subcontractors and consultants as defined by the Government, other factors determined by the Government.] a. Prepare analyses, topographic surveys, designs, plans and specifications by registered professional surveyors, architects and engineers for any of the work described elsewhere in this announcement. 2. The work anticipated includes: a. Parking structure repair with piped drainage, steel reinforced concrete, joints and sealants, structural steel, landscaping and irrigation, landscape planters, sidewalks and paving, electrical power, lighting and controls, automated vehicle access controls, site work, other related features. b. Repair of existing structures using both modern building materials and building materials from the 18th century, 19th century, and 20th century. Work will include all building systems including but not limited to: roofs, chimneys, exterior building cladding, framing and structural components, floors, ceilings, walls, finishes, fireplaces, electrical, Heating Ventilation Air Conditioning and controls, windows doors and other fenestration, foundations, sidewalks, vehicle pavement, stand-by generators and Un-interruptible Power Supply, and related work. c. Repair, restoration and expansion of existing columbaria. Work includes but is not limited to; repair and restoration of stone masonry, steam clean and biocide treatment of sandstone and other natural stones, splash blocks of stone or concrete, re-setting flagstones, providing stone to match existing, repair and re-caulk or mortar pointing of joints in natural stone, clearing, grubbing, earthwork, drainage, landscaping, concrete, and related work. Convert existing boundary wall to niche wall. d. Pavement, fencing, access gates and related work including, but not limited to: asphalt concrete pavement, Portland cement pavement, clearing and grubbing, earthwork, landscaping and irrigation, ornamental metal fence with gates and posts, custom metal gates and arches, custom interpretive and directional signage, traffic control signage per MUTCD. e. Specialized stone work including but not limited to: work with flagstones, dry stone walls, repair stone walls and other stone masonry with matching stone, restoration of joints in granite and other natural stone, grout work to match existing in stone masonry, related work. f. Underground and overhead utilities including but not limited to: electrical power distribution, fiber and copper telecommunication / data, electrical manholes, telecommunication manholes, water, storm water, sanitary sewers, storm and waste water manholes, backflow preventers and check valves, specialty pipe fittings and controls, in-place pipe repairs by lining or grouting. The anticipated period of performance is from January 1, 2012 through December 31, 2012, with four one-year option periods. The applicable NAICS code for this procurement is 236220. Interested parties should respond to the Contracting Officer, Debora S. Gray by email at Debora.s.gray@usace.army.mil or facsimile at (757) 201-7183. Interested parties shall provide the following information (on the attached form): Evidence that their experience with similar type work as shown above. Interested parties shall provide company profile, including the name of the business, complete contact information, business size and socioeconomic category, such as: Service Disable Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, Hubzone Small Business, 8 (a) Small Business, etc. Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a solicitation is issued. Small business concerns should not claim eligibility for any given set-aside if they cannot meet the cost of personnel requirement for that set-aside. Interested parties should respond not later than Friday, August 12, 2011 at 2:00 p.m., Eastern Time. This Sources Sought Notice is to assist the Corps of Engineers in identifying an appropriate acquisition strategy only. Once the final solicitation is issued, the same will be announced/posted in Federal Business Opportunities (FBO) with sufficient time for all interested parties to respond accordingly. Interested parties shall respond to the solicitation in order to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-11-R-0033/listing.html)
 
Place of Performance
Address: Arlington National Cemetery, Arlington, Virginia, United States
 
Record
SN02514659-W 20110730/110729000226-ae9b0c7a3bb0be1a9a3eb765344f7a6b (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.