Glendale National Cemetery Lodge Renovation

From: Federal Government(Federal)
W9123624B5023

Basic Details

started - 07 Feb, 2024 (2 months ago)

Start Date

07 Feb, 2024 (2 months ago)
due - 07 Jul, 2024 (in 2 months)

Due Date

07 Jul, 2024 (in 2 months)
Pre-Bid Notification

Type

Pre-Bid Notification
W9123624B5023

Identifier

W9123624B5023
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710259)DEPT OF THE ARMY (133292)USACE (38193)NAD (5851)W2SD ENDIST NORFOLK (687)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

W9123624B5023Glendale National Cemetery Lodge RenovationRichmond, VAThis is a pre-solicitation notice. This is NOT a solicitation. Do NOT submit proposals or questions in response to this notice.It is anticipated that the solicitation will be posted on Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about April 2024. The solicitation is anticipated to be posted for 30 calendar days.The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) intends to issue an Invitation for Bid (IFB) acquisition for the Renovation of Glendale National Cemetery Lodge, Richmond, Virginia. This procurement will be conducted in accordance with FAR Part 14, Invitation for Bid (IFB).The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited as a 100% small business set-aside. The applicable NAICS code is 236220, Commercial and Institutional Building
Construction, with a small business standard of $45 million.In accordance with FAR 36.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of construction is between $1,000,000 and $5,000,000.DESCRIPTION OF WORKThe Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Renovation of Glendale National Cemetery Lodge, Richmond, Virginia. The work covered includes furnishing all equipment, labor, services, supplies, and materials necessary to satisfactorily complete rehabilitation of a historic lodge.The proposed scope of work addresses building fabric and systems, and architectural improvements to optimize operations for NCA staff residents and cemetery visitors alike. Renovations include restoration of exterior brick and stone masonry; disassembly and reconstruction at Mansard Roof eave and gutter to construct new gutter box with original deeper profile and new sheet copper gutter lining; construction of new downspouts and downspout boots to underground drainage piping system; repair/restoration of existing wood windows and doors (first floor) and new replacement windows/doors matching the original in design where required at the second floor; remodeling of front porch to remove platform lift and construct new wood steps where required; work will include new period appropriate railing and bracket detailing at wood posts; repair/restoration of exterior wood trim at doors and windows and roof cornice; new powder room at first floor; repair/restoration of existing interior wood trim at doors and windows and wood base; refinishing of existing wood flooring at first and second floors; new period appropriate mantel at first floor dining room; new period appropriate light fixtures at porch; repair of cast-iron gates; new bathroom at second floor; new HVAC equipment and duct chases and soffits throughout; new plumbing fixtures; new electrical conduits, fixtures, and outlets throughout; new lightning protection at roof; pavement replacement with permeable paving materials, with new grading for appropriate drainage to existing inlets.Specialty Work: Requires strict adherence to the Secretary of Interior’s Standard for the Treatment of Historic Properties, specifically:Standards for Preservation (https://www.nps.gov/tps/standards/four-treatments/treatment-preservation.htm)Treatment of Historic Properties (https://www.nps.gov/tps/standards.htm)Complete design package will be issued with Request for Proposal (RFP)/provided to contractor. EDC services will be provided by the USACE NAO District and/or a firm under contract to the Corps.The construction completion date will be approximately 8–12 months from the issuance of Notice to Proceed (NTP).Contractors will be required to submit bid bonds documents with the proposal. The successful awardee will be required to provide 100% payment and performance bonds for the project.The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14.Anticipated solicitation issuance time frame is on or about April 2024.THIS PROJECT IS A 100% SMALL BUSINESS SET-ASIDE PROCUREMENT SEALED BID WITH DEFINITIVE RESPONSIBLITLITY CRITERIA. This contract will contain a Definitive Responsibility Criteria, or DRC. Definitive Responsibility Criteria are specific and objective standards established to inform the Contracting Officer’s responsibility in accordance with FAR 9.104-2. These criteria are in addition to the criteria in FAR 9.104-1 and allow the Contracting Officer to assess whether the apparent low bidder can demonstrate the expertise and specialized capabilities needed for adequate contract performance. The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured by the DRC may result in the Contracting Officer determining the contractor is not responsible.The submission responding to the DRC must be provided in the form of a written detailed narrative. A submission will only be required from the apparent low bidder and must be submitted within 72 hours of the bid opening. The Definitive Responsibility Criteria is provided as follows:Definitive Responsibility CriteriaDRC information is required pursuant to FAR 9.104-2 (Special Standards). The DRCs are evaluated separately from the Responsibility Information. DRC information shall be submitted within 72 hours of the time Bids are due.Submit information demonstrating the experience defined below. The term “company” included in the criteria below may include the prime contractor or may include an intended subcontractor, provided that the subcontractor submits a letter of unequivocal commitment signed by both the prime contractor and the subcontractor.The bidder (or committed subcontractor) shall provide example projects demonstrating experience with successful completion of five (5) renovation projects that meet the Secretary of Interior Standards for the Treatment of Historic Properties in any of the four (4) treatment categories (preservation, rehabilitation, restoration, and reconstruction) over the last ten (10) years.This experience must include:restoration, rehabilitation, or installation of historic masonry,historically appropriate roofing,lime-based plaster installation or repair, andfabrication and installation of finish carpentry.This experience does not need to be established in each individual project. Rather, the experience should be found in the cumulative experience from the five (5) projects. The company shall submit a list of contracts to substantiate the experience. The list shall include the following for each contract:name of projectdate of awarddate of completionname of ownerowner point of contact infocontract number, if applicabledescription of the work that demonstrates experience in accordance with the stated criteriaProvide qualifying experience that demonstrate the anticipated Supervisor/Lead Mason of historical masonry work has historical masonry experience as follows:Ten (10) years of commensurate cumulative experience over the last twenty (20) yearsThe aforementioned experience may be shown through a list of projects, the duration of which adds up to 10 years. Please see DRC No. 1 above for the required information to be included for each listed project.Letter(s) of unequivocal commitment on behalf of an intended subcontractor and the supervisor/lead mason. The letters shall state that if awarded the contract, the subcontractor, if applicable, and the lead mason agree to perform the historic masonry work as defined in the solicitation.Bidders will be evaluated on conformance to these criteria. The Government reserves the right to reject any or all Bids. The Government intends to award to the bidder submitting the lowest bid and meeting DRC requirements as determined by the Government.The Government reserves the right to validate the matters responsive to all responsibility criteria through review of CPARS and other DOD or Government appraisal systems.ALL BIDDERS WILL BE REQUIRED TO SUBMIT MATTERS RESPONSIVE TO THE GENERAL AND DEFINITIVE RESPONSIBILITY CRITERIA AT THE TIME OF BID SUBMISSION.The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. The below Pre-Award Survey Information will be requested of the apparent low offeror. This information is not required to be responsive to the Invitation for Bid.a) Current commitments and expected dates of completion.b) One (1) signed bank reference demonstrating adequate financial resources. If bidder’s firm has a line of credit – provide information on how many figures bidder can borrow against the line of credit (i.e. medium 6 figures – exact line of credit is not required).c) The bidder shall provide the latest three (3) complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the bidder.This notice does not constitute an invitation for bid. The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about November 2023. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the offerors responsibility to check the website regularly for any posted changes to the pre-solicitation notice, release of the solicitation, specification, drawings, and all subsequent amendments. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring at https://piee.eb.mil/ to respond to the solicitation and any amendments or other information regarding this acquisition.IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available.Prospective bidders are responsible for monitoring SAM.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders are required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of any contract.NOTE: Online Representations and Certifications Applications apply to this solicitation.Inquires must be directed to Projnet in accordance with the forthcoming Solicitation document.TELEPHONE INQUIRIES WILL NOT BE HONORED.

Richmond ,
 VA  23231  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Richmond

Office Address : KO CONTRACTING OFFICE 803 FRONT STREET NORFOLK , VA 23510-1096 USA

Country : United StatesState : VirginiaCity : Norfolk

You may also like

CONSTRUCT IN-GROUND CREMAINS SECTION AT PIKES PEAK NATIONAL CEMETERY

Due: 02 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CAPE CANAVERAL NATIONAL CEMETERY EXPANSION PHASE 2.

Due: 21 Dec, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1FZCONSTRUCTION OF OTHER RESIDENTIAL BUILDINGS