PENTAGON COMMERCIAL INSPECTION FACILITY, ARLINGTON, VIRGINIA

expired opportunity(Expired)
From: Federal Government(Federal)
W912DR-23-R-0S24

Basic Details

started - 16 Nov, 2022 (17 months ago)

Start Date

16 Nov, 2022 (17 months ago)
due - 02 Dec, 2022 (17 months ago)

Due Date

02 Dec, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
W912DR-23-R-0S24

Identifier

W912DR-23-R-0S24
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708533)DEPT OF THE ARMY (133039)USACE (38094)NAD (5836)W2SD ENDIST BALTIMORE (1365)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

TITLE: PENTAGON COMMERCIAL INSPECTION FACILITY, ARLINGTON, VIRGINIANotice No. W912DR-23-R-0S24THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking sources with current relevant qualifications, experience, personnel, and capabilities for Contractors performing the work on the proposed project to construct the Pentagon Commercial Inspection Facility, Arlington, Virginia. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from potential PRIME construction contractors.  By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate
acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice.This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to a contract for any construction requirements. Further, the Baltimore District (the Agency) will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all cost associated with responding to this Notice will be solely at the responding party’s expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the Pentagon Commercial Inspection Facility, Arlington, Virginia.  Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15. Contracting Negotiations, under a Two-Phase Design-Build (DB) Best-Value Tradeoff Process.The objective of this project is for the design and construction of two primary work elements: 1) the Commercial Vehicle Inspection Facility (CVIF), and 2) the Memorial Restroom facility. The new Commercial Vehicle Inspection Facility (CVIF) will replace the temporary Secure Access Lane (SAL) Remote Screening Facility located on the southeast side of the Pentagon Reservation. The permanent Memorial Restroom facility will replace the existing temporary restroom. Prior efforts to construct this facility resulted in multiple differing site conditions and permitting challenges.  The project will require heavy civil experience and successful capability to navigate the access challenges given construction will be at the site of the Pentagon.Construction duration estimated to be 730 calendar days.The purpose of this Notice is to gain knowledge of interest, capabilities and qualifications of the industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Magnitude of Construction is between $10,000,000.00 and $25,000,000.00.  The North American Industry Classification System (NAICS) code is for this procurement is 236220 – “Commercial and Institutional Building Construction”, which has a small business size standard of $39,500,000.00.Responders should address ALL of the following elements in their submittal:USACE seeks the contractor's ability to demonstrate the necessary experience, including subcontractors, on projects similar to that described above for similar services.  Similar projects include but are not limited to Access Control Points (or Entry Control Points) with multiple buildings/structures and Border Stations.   Prior Government contract work is not required for submitting a response to this sources sought synopsis.1.    Firm’s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number.2.    Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register.3.    In consideration of NAICS code 236220, with a small business size standard in dollars of $39.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business.4.    Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain).5.    Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested prime contractor.6.    Provide your firm’s capability statement.7.    Provide up to three (3) examples of projects similar to requirements described above completed within the past (7) years, to include a narrative identifying any experience from the list below. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.a.    Successful experience with the Pentagon permitting process.b.    Include information indicating previous successful project work involving coordination and working CONCURRENTLY with outside agencies specifically NCPC, CFA.c.    Contractor must understand the Unified Facilities Criteria to include but not limited to: UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, UFC 4-020-01 DoD Security Engineering Facilities Planning Mutual, UFC 4-022-01Security Engineering: Entry control Facilities and Access Control Points, and UFC 4-021-02.d.    P6 Scheduling capabilities.e.    Successful experience with green roof technology, LEED silver construction and Environmental Low Impact Development.f.    Successful experience with Pedestrian Traffic Modeling studies.g.    Experience with heavy civil construction efforts and management of differing site conditions to mitigate time growth on the project.h.    Independent full-time, dedicated self-performing (Prime contractor) safety staff.i.    The contractor is required to be U.S. Citizen. 8.    Total submittal shall be no longer than six (6) pages in one (1).pdf file. Double sided pages will count as two (2) separate pages.Submission documents will be shared with the Government and the Project Design Team, but otherwise be held in strict confidence.SUBMISSION INSTRUCTIONS:THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) December 2, 2022. All responses under this Sources Sought Notice must be emailed to qiana.L.bowman@usace.army.mil and gary.faykes@usace.army.mil referencing the sources sought notice number W912DR-23-R-0S24. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Qiana Bowman via email – qiana.L.bowman@usace.army.mil and gary.faykes@usace.army.mil.

Arlington ,
 VA  22202  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Arlington

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS