Southern Expansion of Arlington National Cemetery (ANCSE) Phase III Cemetery Expansion

Agency:
State: Virginia
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Mar 16, 2024
Due: Mar 29, 2024
Publication URL: To access bid details, please log in.
Follow
Southern Expansion of Arlington National Cemetery (ANCSE) Phase III Cemetery Expansion
Active
Contract Opportunity
Notice ID
W9123624R2000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 15, 2024 08:21 pm EDT
  • Original Response Date: Mar 29, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Fort Myer , VA 22211
    USA
Description

Refer to the attached notice for details on the submission requriements.



SOURCES SOUGHT



W91236-24-R-2000



ARLINGTON NATIONAL CEMETERY SOUTHERN EXPANSION PHASE III CEMETERY EXPANSION LOCATED IN ARLINGTON, VA



This is a Sources Sought Notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available, at this time. This is a Design -Bid- Build project for which the plans and specification will be provided at the time of solicitation.





This Sources Sought Notice is for informational and market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10 and FAR 15.201(e), to determine the availability and technical capabilities of qualified sources, and will be used only to determine the interest and availability of potential qualified contractors, and to receive industry feedback on the proposed evaluation factors and duration of the project.





The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought Notice.





ONLY INTERESTED, CAPABLE, QUALIFIED AND RESPONSIVE CONTRACTORS WITH THE MINIMUM CAPABILITIES (I.E. REFER TO PROJECT DESCRIPTION AND KEY FACTORS FOR CONSIDERATIONS) ARE ENCOURAGED TO REPLY TO THIS SOURCES SOUGHT ANNOUNCEMENT.





This project will require compliance with Executive Order (EO) 14063. A separate market research will be conducted on Project Labor Agreements (PLA) and will be posted no later than end of March 2024.





INDEX





PROJECT DESCRIPTION



GOVERNMENT REQUIREMENTS



SUPPLEMENTAL PROJECT INFORMATION



KEY FACTORS FOR CONSIDERATION



CAPABILITIES STATEMENT REQUIREMENTS



ADDITIONAL INDUSTRY QUESTIONS



DISCLAIMER



RESPONSE






  1. PROJECT DESCRIPTION



Arlington National Cemetery (ANC) is a U.S. military cemetery in Arlington, Virginia, that is now the burial ground for more than 400,000 service members and their eligible dependents. Arlington National Cemetery, our nation’s most hallowed shrine, represents the American people for past, present and future generations by laying to rest those few who have served our nation with dignity and honor, while immersing guests in the cemetery's living history.



As initiated through the FY 2000 National Defense Authorization Act (NDAA) the ANCSE add approximate 80,000 burial spaces to the cemetery.



The purpose of this project is to enable an existing National Cemetery to continue to provide burial services for eligible veterans. ANC will run out of space without changes to eligibility by 2041 (19 years from now) and, with the Southern Expansion Project, by 2060 (38 years). With the revised eligibility criteria and the expansion, the cemetery will remain active well into the future, defined as 150-years.



The Norfolk District is conducting Market Research to identify potential sources for construction of the facilities identified below. ANCSE Phase III Cemetery Expansion is a third phase of a three phased expansion of Arlington National Cemetery. Phase I is the construction of the tunnel and retaining walls around the South Parcel; Phase II is the construction of the operations complex on the South Parcel, south of Columbia Pike; and Phase III is the construction of the cemetery parcel north of Columbia Pike. A separate contract, through Federal Highway Administration, is currently under construction for the Columbia Pike roadway and utility realignment project which included Phase I of Southern Expansion project. Phase II, construction of the new operations complex at Arlington National Cemetery in the South Parcel has also begun. The focus of this Sources Sought is -Phase III- only, the construction of the cemetery parcel north of Columbia Pike.



Phase III will include construction of approximately 50 acres of cemetery space with a roadway network connecting to the existing cemetery; 80,000 interment spaces – mix of inground and above ground in a columbarium; a security building and other smaller support facilities; extensive grading, sitework, boundary wall/fence, and horticulture; demolition of the existing operations complex. A network of roadways, sidewalks, and pedestrian walkways will be constructed and tied into the existing system at ANC. To maintain the ANC character and status as a level III arboretum, extensive landscaping and horticulture plantings are included. The new operations complex will need to be complete and operational prior to the future cemetery contractor demolishing the existing operations complex. Construction will need to be phased strategically.



B. GOVERNMENT REQUIREMENTS





It is anticipated that the Government will issue a Firm-Fixed Price Contract for this construction project. Interested and capable sources are encouraged to respond to this market research. If you are a small business interested in this project, please respond accordingly stating all the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service-Disabled Veteran Owned Small Business, Woman Owned, small businesses less than 500 employees, etc. The applicable North American Industry Classification System (NAICS) Code for this acquisition is 237990 – Other Heavy and Civil Engineering Construction, with a Size Standard of $45,000,000.00.



In accordance with DFARS 236.204, the estimated magnitude of construction is between $100,000,000.00 and $250,000,000.00.





THE ANTICIPATED SOLICITATION DATE IS 4th QUARTER OF FY24 WITH PROJECTED AWARD DATE SEPTEMBER 2025.



THE ANTICIPATED CONSTRUCTION DURATION IS 635 CALENDAR DAYS FROM NOTICE TO PROCEED.



In aCcordance with FAR Clause 52.228-1—Bid Guarantee, the bid guarantee will be required to be submitted with the price proposal. The awardee will be required to submit 100% Performance and Payment bonds within ten (10) calendar days from contract award. Bonding documents are not required for this Sources Sought. The Sources Sought response should demonstrate knowledge of, experience in, and the ability, to successfully execute this planned project.






  1. SUPPLEMENTAL PROJECT INFORMATION





Coordination between the two previously awarded projects will be required. Construction will need to be phased strategically. Brief description of currently ongoing phases -not part of this upcoming project- are as follows:





Phase I— Defense Access Road (DAR) Project: The Federal Highway Administration is in active construction on Phase I which includes:






  • Relocation of Columbia Pike and utilities

  • Construction of a tunnel under the relocated Columbia Pike connecting the South Parcel and the Cemetery parcel

  • Construction of retaining walls along the north, south, and west boundaries of the South Parcel





The contract was awarded on 8 September 2021 to Kokosing Construction Company, Inc. under a contract number 693C73-21-C-000025. The road and utilities realignment will be in construction through 2025, which overlaps with the new Operations Complex Construction (Phase II listed below).





Phase II—Operations Complex: USACE Norfolk District awarded the Operations Complex, Phase II of the project, under a separate construction contract which includes construction of:




  • An office building with administrative space, offices, conference rooms, and training facilities

  • Maintenance facilities, car wash, and warehouse space (90,000 GSF). Certain maintenance facilities are subterranean, with a green roof.

  • Three-level parking structure for government vehicles, employees, family members, and visitors

  • Buildings will include climate control, interior lighting, toilet facilities, elevator systems, interior furnishings and equipment, and security systems.

  • Landscaping and plantings

  • Supporting utilities to include water, sanitary sewer, storm sewer, natural gas, communications/information systems, and underground electrical service.

  • Site infrastructure including roads, staging/parking areas, pedestrian walkways, curbs, and gutters.

  • Temporary roadway to maintain access from Arlington National Cemetery and the South Parcel, while Phase III is under construction.

  • Anti-terrorism/force protection measures include access control point and secure boundary fence.

  • Applicable buildings will comply with Leadership in Energy and Environmental Design (LEED) Certified sustainability criteria.





This contract was awarded to Manhattan Construction Company on 17 April 2023 under Contract Number W91236-23-C-2022.





Phase III—Cemetery Parcel North of Columbia Pike: Currently, the Government anticipates awarding the cemetery expansion, Phase III of the project, under a separate construction contract which includes:






  • Approximately 50 acres of cemetery space with a roadway network connecting to the existing cemetery.

  • 80,000 interment spaces – mix of inground and above ground in a columbarium.

  • A security building and other smaller support facilities

  • Extensive grading, sitework, boundary wall/fence, and horticulture



Demolition of the existing operations complex






  1. KEY FACTORS FOR CONSIDERATION IMPORATANT TO THE GOVERNMENT FOR THIS PROJECT





Enduring quality is of utmost importance. Given cemetery construction is a forever endeavor and the high visibility of Arlington National Cemetery, enduring quality materials and finishes will be critical for the success of the project. Schedule is also important, ability to deliver the project on time with well thought out phasing will be critical for the program success.






  1. CAPABILITIES STATEMENT REQUIREMENTS





General: It is requested that interested sources submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the services described herein. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. Please only include a narrative of the requested information; additional information (such as company brochures or marketing material) will not be reviewed. The documentation shall address the following:






  1. Company name, address, phone number, point of contact and point of contact email address.






  1. Please indicate whether you are a large business or a small business. Submit your company’s Unique Entity Identifier (UEI) and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service-Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUB Zones), Qualified Section 8(a), Women-Owned Small Business (WOSB), and/or Qualified Section 8(a) Alaskan Native/Tribal/Hawaiian Native Contractor status. Contractors must be registered in the System for Award Management (SAM) at time of Proposal submittal. Please see https://sam.gov/content/home for additional registration information.






  1. Indicate the primary nature of your business, business size in relation to the NAICS Code 237990, and capability to execute the capabilities listed above.






  1. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Interested construction firms must provide no more than two (2) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor.





Provide two (2) examples of projects with similar construction:






    1. Scope of the project

    2. Size of the Project

    3. Dollar value of the construction and whether it was design-bid build or design-build.

    4. Demonstrate your company’s experience constructing or managing the construction of projects that match the following characteristics: Large 25-acre cemetery space with a mixture of in ground and above-ground columbarium interment spaces; Expansion of a roadway network connecting; Extensive earthwork, grading, sitework, and horticulture.







Each project identified must include:




  1. The approximate percentage of work that was self-performed with the firm’s own employees, as project and/or construction management services or physical construction type work, not including the cost of materials.

  2. The number of subcontractors by construction trade utilized for each project.

  3. The name, title, project role, e-mail address, and telephone number of at least one reference so that they may be verified. References may be used to verify project size, scope, dollar value, percentages, and quality of performance.






  1. Demonstrate your experience with the following additional elements:




  1. Experience with construction that had to comply with a Virginia Department of Environmental Quality (DEQ) Storm water permit.

  2. Historic Preservation of buildings and structures including architecture, engineering, and Landscaping.






  1. Please state if your ability to provide payment, and performance bond for a project between $100,000,000.00 and $250,000,000.00.








  1. ADDITIONAL INDUSTRY QUESTIONS






  1. What do you consider a reasonable construction duration for the Arlington National Cemetery Southern Expansion (ANCSE), Phase III Cemetery Expansion Construction. The government estimates 635 calendar days from award.

  2. Describe your basic approach to scheduling and working this complex phased project and dealing with site constraints.

  3. USACE is considering conducting this acquisition as a “best value with tradeoffs” in accordance with FAR Part 15, Contracting by Negotiation. The government anticipates using past performance, technical approach factors and price. Past performance will focus on recent and relevant performance records with projects of similar scope, size and complexity. Project Approach Factor will focus on proposed construction approach, risk management and phasing approach. For award decision, all non-price factors are equal to one another and when combined will be considered approximately equal to price. Please indicate whether the Government should consider different factors and/or relationship among source selection factors. Please support your answer.








  1. DISCLAIMER





Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged, and it is not to be considered as a commitment by the Government. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. All firms responding to this notice are advised that their responses to this notice is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this notice.





The information provided in this Notice is subject to change and in no way obligates the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set-aside or not set-aside the procurement; solicit as one project or multiple projects, will be accomplished via a Pre-Solicitation Synopsis or Solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.






  1. RESPONSE





All responses to this announcement shall be sent electronically to Synease McArthur and Kristen Markey Synease.S.McArthur@usace.army.mil, Kristen Markey at Kristen.M.Markey@usace.army.mil and a copy furnished to Ekaterina Oxley at Ekaterina.Oxley@usace.army.mil no later than 02:00 p.m. Eastern Day Time (EDT) on 29 March 2024. LATE RESPONSES MAY NOT BE CONSIDERED.





Primary Point of Contact:



Synease McArthur



Senior Contract Specialist



Synease.S.McArthur@usace.army.mil



USACE District, Norfolk





Secondary Point of Contact:



Kristen Markey



Senior Contract Specialist



Kristen.M.Markey@usace.army.mil



USACE District, Norfolk





Secondary Point of Contact:



Ekaterina “Katya” Oxley



Contracting Officer



Ekaterina.Oxley@usace.army.mil



USACE District, Norfolk




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 803 FRONT STREET
  • NORFOLK , VA 23510-1096
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 15, 2024 08:21 pm EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Views: Current Version ( 18 ) All Versions ( 18 ) Details RFP-59198 ...

State Government of Virginia

Bid Due: 5/17/2024

...Follow FY24 INDUSTRY DAY FOR DESIGN-BID-BUILD OF PORTAL CRANES Active Contract Opportunity Notice... ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...Follow FY24 INDUSTRY DAY FOR DESIGN-BID-BUILD OF PORTAL CRANES Active Contract Opportunity Notice..., ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...Views: Current Version ( 33 ) All Versions ( 33 ) Details RFPQ-60369 ...

State Government of Virginia

Bid Due: 4/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.