Similar Projects
Arlington Boathouse - Arlington County
New Construction, Infrastructure
Conception
$18,695,000 CJ est. value
Arlington, VA 22209

Columbia Pike Library Replacement - Arlington County
New Construction, Infrastructure
Conception
$31,650,000 CJ est. value
Arlington, VA 22203

Joyce Motors Mixed-use Redevelopment / 10th and Irving
New Construction, Infrastructure - 185,000 SF
Design
$25,000,000 CJ est. value
Arlington, VA 22201

Joyce Motors Mixed-use Redevelopment / 10th and Irving
New Construction, Infrastructure - 185,000 SF
Design
$25,000,000 CJ est. value
Arlington, VA 22201

RFQ Contractor - Phlipott Landslide Construction
Infrastructure
Bidding
$10,000,000 CJ est. value
Bassett, VA 24055

Donaldson Run Tributary B Stream Restoration
Infrastructure
Bidding
$2,460,000 CJ est. value
Arlington, VA 22203

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

Snow/Ice Removal Services-Arlington
Term Contract, Infrastructure
Post-Bid
VA

ANC Road Construction
Results
$50,000 to $15,000,000 est. value
Arlington, VA

Indefinite Delivery Indefinite Quantity (IDIQ) Paving at Various Locations, Washington DC, MD, & VA
Results
Less than $75,000,000 est. value
Washington, DC

223 23rd Street Mixed-Use
New Construction, Infrastructure - 31 SF
Pending Verification
$125,000,000 CJ est. value
Arlington, VA 22202

223 23rd Street Mixed-Use
New Construction, Infrastructure - 31 SF
Pending Verification
$125,000,000 CJ est. value
Arlington, VA 22202

Realize Rosslyn Plaza - Phase 5
New Construction, Infrastructure - 625,261 SF
Conception
$133,000,000 CJ est. value
Arlington, VA 22205

North Section Rehabilitation - NP-GWMP 1(3), 2(5)
Design
$100,000,000 est. value
Arlington, VA

RFQ - Task Order Project Controls Support Services, Ronald Reagan Washington National Airport (DCA), Washington Dulles International Airport (IAD) and the Dulles Toll Road (DTR)
Term Contract
Bidding
$3,000,000 CJ est. value
Arlington, VA 22203

Last Updated 01/10/2023 03:41 PM
Project Title

George Washington Memorial Parkway

Physical Address View project details and contacts
City, State (County) Arlington, VA 22202   (Arlington County)
Category(s) Heavy and Highway
Sub-Category(s) Bridge, Maintenance, Paving/Reconstruction, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected January 2023
Bids Due View project details and contacts
Estimated Value $3,961,400 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Dec 20, 2022 Contract Award Number: 693C73-23-C-000002 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: D7K8EN5XXVF7 Contractor Awarded Name: VETERANS KITCHEN MAINTENANCE INC Contractor Awarded Address: Forestville, MD 20747-4415 USA Base and All Options Value (Total Contract Value): $3961400.00 CONTRACT FORMAT: Bidders should note that the format of this contract is in accordance with Federal Acquisition Regulations (FAR), promulgated by the General Services Administration (GSA), effective April 1, 1984, including all applicable revisions. Applicable FAR provisions and clauses are incorporated in this contract by reference or full text as indicated in the INDEX before the D-pages in this booklet. FAR provisions and clauses incorporated by reference can be accessed on the Internet website at https://www.acquisition.gov/. Bidders are encouraged to review the documents thoroughly before submitting a bid. PROPOSAL BOOKLET AND OFFER SUBMITTAL: It is the responsibility of the Bidder to verify that this bid is complete as listed in the Table of Contents. The Bidder is responsible for submitting all required forms and documents with the bid. Bidders should use the Checklist for Bid Submission included in this booklet to check that their bids are complete. CONSTRUCTION CONTRACTS: Additional guidance is given in FAR Subpart 35.005 where the majority of the project work is complex and specialized such as restoration work, bridge painting, and proprietary construction techniques (i.e. proprietary Cintec arch strengthening.) There are exceptions and they will be reviewed on a case-by-case basis. HAZARDOUS MATERIALS IDENTIFICATION AND MATERIAL SAFETY DATA: As required by FAR Clause 52.223-3, Hazardous Materials Identification and Safety Data, the apparent low Bidder must submit prior to award a Material Safety Data Sheet (MSDSs) for all hazardous materials that the Bidder identifies in paragraph (b) of this clause in Section G of this booklet. Failure to submit MSDSs may render the Bidder ineligible for award of contract. The apparent low Bidder should submit their MSDSs within two weeks after bid opening. INTERNET BASED DATA BASES - REQUIRED INPUT: According to FAR Subpart 4.1102 contractors are required to be registered in the System for Award Management (SAM) at the time a bid is submitted. Access the following web site to register: https://www.sam.gov/. According to FAR Subpart 4.1201 contractors are required to complete electronic annual representations and certifications in SAM accessed via https://www.sam.gov/ as a part of required registration. According to FAR Subpart 22.1302 (b) federal contractors and sub-contractors MUST complete the required annual Vets-4212 Form in order to be eligible for a contract award. It can be completed on-line at http://www.dol.gov/vets/vets4212.htm. The annual filing period for Form VETS-4212 is August 1 through September 30. Reports filed before August 1 will be treated as part of the previous year's filing cycle. Federal contractors and subcontractors who are required to file a form VETS-4212 can submit their forms electronically by using either the VETS-4212 Reporting Application or batch filing process, or by using the paper form by email or U.S. mail. It is recommended that you file your form electronically at https://vets4212.dol.gov/vets4212. Please visit http://www.dol.gov/vets/vets4212.htm for more information on the reporting process. PAYMENT: Bidders are advised to review the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP), subsection 109.05, concerning direct and indirect payment included under a pay item in the bid schedule. Page 2 of 2 NOTICE TO BIDDERS PROGRESS PAYMENTS: ALL payments will be made via Electronic Funds Transfer (EFT) as such; the payment information in SAM must be accurate in order for contractors' invoices to be considered proper invoices for the purpose of prompt payment under DOT contracts. Contractors must input and maintain (update as necessary) their EFT information in the SAM database. Bidders are advised that under FAR Clause 52.232-5, Payments Under Fixed Price Construction Contracts, upon request, progress payments will include premiums paid by the Contractor to obtain performance and payment bonds as required under this contract. These payments shall not be made in addition to the contract price. As specified in the FP, "Section 151 - MOBILIZATION", payments for performance and payment bond premiums shall be included in mobilization. WELFARE-TO-WORK INITIATIVE: The President's Welfare Reform Bill was initiated to assist welfare recipients and hopefully aid welfare recipients to find gainful employment. In support of this bill, Contractors are encouraged to hire welfare recipients whenever possible and to use welfare recipients in performance of duties on Government contracts. INCREASING SEAT BELT USE IN THE UNITED STATES: The President's Executive Order 13043 dated April 16, 1997, was issued to increase the use of seat belts in the United States. In support of this Order, contractors and subcontractors are encouraged to adopt and enforce on-the-job seat belt policies for their employees when operating company-owned, rented, or personally owned vehicles. OBTAINING BID DOCUMENTS: Invitation For Bid (IFB) documents will not be mailed. All solicitation documents are available for direct download from the Contract Opportunities website: https://sam.gov/. Contractors are encouraged to register on the website (for this specific project) in order to receive automatic notifications when a document is added or updated for this specific project. All questions about this construction project must be emailed to the following address: eflhd.contracts@dot.gov. THE CONTRACTOR IS SOLELY RESPONSIBLE FOR MONITORING THE WEB PAGES NOTED ABOVE FOR ALL CHANGES TO THE SOLICITATION AND ACTING ON THOSE CHANGES. PLEASE NOTE: For security reasons, individuals requiring access to all government buildings must present a valid photo ID and be escorted to their destination by a Government employee. All visitors attending bid openings are urged to arrive at least 1 hour prior to a scheduled bid opening. All visitors must sign in at the main entrance of the Quantum Park facility and wait to be escorted by a Government employee to Eastern Federal Lands Highway Division (EFLHD) in Suite 200. Visitors must then register with the EFLHD Receptionist. A Government employee will collect all bids. Prior to the bid opening, a Government employee will escort all bidders to the bid opening. Unescorted visitors will be denied entry and no exceptions will be made. PLEASE NOTE ELECTRONIC BIDS WILL BE ACCEPTED VIA EMAIL ONLY AT EFLHD.CONTRACTS@DOT.GOV. Bids sent to any other email address besides EFLHD.Contracts@DOT.GOV will not be accepted. Bids will not be accepted via facsmile. Hand-delivered bids are not recommended unless the contractor is also attending the bid opening. Page 1 of 2 CHECKLIST FOR BID SUBMISSION The following is a checklist of items included in the proposal/bid package that are required to be completed and returned (or filled in on-line) to the address in Block 7 of the Standard Form 1442, Solicitation, Offer, and Award (page 1). This checklist is for informational purposes only and is not required to be filled out by the bidder. Failure to submit a complete bid may be cause to reject your bid. PLEASE NOTE ELECTRONIC BIDS WILL BE ACCEPTED VIA EMAIL ONLY AT EFLHD.CONTRACTS@DOT.GOV. Bids sent to any other email address besides EFLHD.Contracts@DOT.GOV will not be accepted. Bids will not be accepted via facsimile. Handdelivered bids are not recommended. Block 12A: Furnish performance and payment bonds in accordance with FAR Clause 52.228-15. Block 13: A bid guarantee in the amount of not less than 20 percent of the bid price or $3 million, whichever is less, is required with this bid. If the bidder fails to provide the required bid guarantee, such failure may require rejection of the bid. Reference FAR Provision 52.228-1, Bid Guarantee. Please note you must include a scanned copy of your official bid bond along with your bid documents if you submit your bid electronically. Block 17: Amounts should be completed as follows: Schedule A - $ Other: The estimated price is expected to fall within the price range of $2,000,000 to $5,000,000. Responsibility of bidders shall be evaluated in accordance with the information provided on the Bidder's Qualification Form, which can be downloaded from the Contract Opportunities website located at http://SAM.gov. FP-14 versions can be downloaded at the FHWA web site located at http://flh.fhwa.dot.gov/resources/specs/. Electronic bids must contain the required signatures (electronic or by hand). *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 01 - General Requirements, Vehicular Access and Parking, Traffic Control, Temporary Barriers and Enclosures.
Division 03 - Concrete, Concrete Reinforcing, Precast Structural Concrete.
Division 05 - Metals, Structural Steel Framing, Structural Steel for Bridges, Steel Joist Framing, Steel Joist Girder Framing.
Division 07 - Thermal and Moisture Protection, Expansion Control.
Division 09 - Finishes, High-Performance Coatings.
Division 10 - Specialties, Signage, Traffic Signage.
Division 26 - Electrical, Exterior Lighting, Lighting Poles and Standards, Roadway Lighting.
Division 31 - Earthwork, Embankments, Erosion and Sedimentation Controls, Slope Protection, Gabions, Riprap, Special Foundations and Load-Bearing Elements, Driven Piles.
Division 32 - Exterior Improvements, Operation and Maintenance of Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Rigid Paving, Fences and Gates, Retaining Walls.
Division 34 - Transportation, Operation and Maintenance of Transportation, Bridges.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents