Skip to main content

An official website of the United States government

You have 2 new alerts

Sanitary Sewer Line Repair, Arlington National Cemetery, Arlington, VA

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)
  • Original Published Date: Dec 09, 2022 09:20 am EST
  • Original Response Date: Jan 05, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Arlington , VA
    USA

Description

SOURCES SOUGHT

Sanitary Sewer Renovation, Arlington National Cemetery, 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 Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. 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.

ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE REGARDLESS OF BUSINESS SIZE UNDER THE NAICS CODE 237110.

Project Description:

The Norfolk District, Corps of Engineers is conducting Market Research to identify potential Sources for the Sanitary Sewer Renovation, Arlington National Cemetery (ANC), Arlington, Virginia. The work includes repairing, replacing, installing or abandoning existing six-inch (6”), eight-inch (8”), ten-inch (10”), and twelve inch (12”) diameter sanitary sewer piping and associated manholes located at Arlington National Cemetery (ANC) and two adjacent areas.  The approximate pipe length is 9,800 linear feet. Pipe repair work shall consist of clearing debris obstacles and replacing failed sections (point repair) to upsizing pipe segments.  After all necessary grouting and replacement of failed pipes and manholes are completed, the entire 9,800 linear feet of pipe and manholes shall be rehabilitated using commercial trenchless technology methods to extend the useful life of the sanitary sewer system. Manholes currently buried below existing ground level should be raised and new manholes should be installed where existing piping connections have been made without a manhole.

This sewer system runs through or is adjacent to some sensitive areas in the cemetery and cemetery-adjacent property. Some of the sewer goes through the Arlington Woods, which is an old growth forest owned by the National Park Service (NPS). NPS requirements for the construction contractor need to be established during design. Permits to work on NPS land will be required. Some of the sewer runs along Route 110, close to or in the right of way. These pipes will be lined. However, one section of collapsed pipe will need to open cut and trench for replacement. Contact with Virginia Department of Transportation through ANC will be required if the sewer lines are within the right of way. Additional permits may be required.

ANC has determined that archeologically sensitive areas will not be encountered; therefore, this project will not require an archeological monitor.

The anticipated contract completion date is 180 calendar days after notice to proceed.  

The Contracting Officer has classified this requirement as Water and Sewer Line and Related Structures Construction, North American Industry Classification System (NAICS) code 237110. The small business size standard is $39.5 million.  In accordance with FARS 36.204, the magnitude of construction for this project is between $1,000,000 and $5,000,000.

Contractors will be required to submit bonding documents prior to award.  Bonding documents are not required for this Sources Sought.

THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.

It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey.

Response Requirements:

1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses.

2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program.

3.  Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).

4. Provide a narrative indicating the primary nature of your business.  Narratives shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location.

5. Description of Experience – Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience.

Based on definitions above, for each project submitted include:
a. Current percentage of construction complete and the date when it was or will be completed.
b. Scope of the project
c. Size of the project
d. Dollar value of the project
e. The portion and percentage of work that was self-performed

This Sources Sought Announcement is not a request for competitive proposals. 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.  USACE Norfolk District is not seeking or accepting unsolicited proposals, and will not accept telephone inquiries.  All questions and correspondence shall be directed via email to the point of contacts below.

Responses:

All responses to this announcement may be sent electronically to the contacts listed below no later than 1:00 p.m. EST, 05 January 2023. 

Primary Point of Contact:

Amy Herrera Coody

Contract Specialist

Amy.H.Coody@usace.army.mil

O: 757 201-7883

F: 757-201-7183

USACE District, Norfolk

Secondary Point of Contact:

Nicholas Lizotte

Contracting Officer

Nicholas.lizotte@usace.army.mil

O: 757-201-7310

F: 757-201-7183

USACE District, Norfolk

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

  • Jan 20, 2023 11:58 pm ESTSources Sought (Original)