Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
DOCUMENT

C -- A/E Services - Tallahassee National Cemetery New Cemetery in Tallahassee, Florida - Attachment

Notice Date
5/12/2011
 
Notice Type
Attachment
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);425 Eye Street NW, 6E411E;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10111RP0115
 
Response Due
6/13/2011
 
Archive Date
9/20/2011
 
Point of Contact
Susan Lam (202) 461-8437
 
E-Mail Address
Zand
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management has Set-Aside for Service Disabled Veteran Owned Small Business a need for a Landscape Architecture (NAICS 541320) or Architect (NAICS 541310) firm capable of preparing all site acquisition and design documentation including, but not limited to, surveying, soils investigations, master plans, schematic design documents, and design development documents. Prime contractor shall have licensed/registered landscape architects as members of the firm, or team, with experience in the planning and design of cemeteries, large institutional campuses, parks and recreational facilities, or similar land development projects. The vertical structures for the project shall be designed by a licensed architectural firm having a practicing office within the State of Florida. The following licensed/registered specialty disciplines should be members of the firm, or team with demonstrable expertise in their respective fields: Mechanical, Civil, Electrical and Plumbing Engineers, Water Management/Irrigation specialist, Cost Estimator, and Architect. This procurement for an A/E firm is a 100% Service Disabled Veteran Owned Small Business Set-Aside. Probable Scope (Land is currently being identified): Site investigation, master planning, schematic design, design development, with Government Option for awarding RFP documents for Design/Build, or Construction Documents and Construction Period Services. This project will develop approximately 8,700 gravesites for casket interment, 12,600 columbarium niches and 2,500 in-ground sites for cremated remains, for a total of 23,800 interment sites. The project will also include memorial walls to commemorate those whose remains are not available for interment. To optimize the use of available land for gravesites, the project will install 3,500 pore-placed concrete crypts. First phase will include an early turnover burial area, with temporary administrative and maintenance facilities, temporary committal shelter, minimal roads and utilities. The total Phase 1 development will develop approximately 40 acres to provide for about ten years of burial capacity. In addition to the gravesite development, the construction includes access roads; an entrance area; flag/assembly area; one committal shelter; an administration building/public information center with electronic gravesite locator and public restrooms; memorial walkway/donations area; maintenance complete; road system; utilities; signate; site furnishings; fencing; irrigiation system as needed consistent with water-wise landscaping principles, utility distribution system; environmental (including historical and cultural resources) preservation and mitigation. The new buildings will incorporate enhanced information technology and physical security requirements and shall include Green Building Principles and Renewable Energy Initiatives. The completed buildings shall be LEED silver certified and meet all Federal Energy and Sustainability mandates. Design shall include mitigation of any environmental and historic issues identified during the environmental assessment process. Once a thorough analysis of the users and the cemeterys needs have been completed, the scope and method of meeting those needs, may change and require a different approach. The project will be accomplished utilizing the VA Program Guide (PG-18-15, Volume D) dated June 1999, A/E Submission Instructions for National Cemetery Projects, as well as the National Cemetery Administration (NCA) Facilities Design Guide. In addition, estimating capabilities of the applicants will be considered. An estimate of construction cost based on level of design detail will be required at each design phase. The selected firm shall design to the governments estimated cost for construction. Firms shall have an approved Cost Accounting Standards in accordance FAR Part 30. The schematics and design development will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. A possible solicitation will include a government option for: Design/Build Request For Proposal (RFP) package or construction document preparation, construction period services and site visits. In addition to design capabilities, emphasis will be placed on the cost and scope management capabilities of the applicants. A/E firms must be of sufficient size and have experience to accomplish the work and be licensed in the State of Florida. Applicants must have an established working office within 100 miles of Tallahassee, Florida. No firm will be considered unless an application consisting of a completed SF 330 Part I and other evidence of experience and capabilities the applicant considers relevant is received by the Office of Construction and Facilities Management (00CFM3B1, Attention: Susan Lam, 425 Eye Street NW, 6E411E, Washington, DC 20001, two (2) copies are required on or before 2:00PM, June 13, 2011. A current SF 330 Part II, representing and differentiating between the personnel, experience and capabilities of all involved offices, must be included with the application together with current SF 330 Part IIs for each proposed consultant office involved. The firm must demonstrate in their application package how they intend to meet at least 50 percent of the cost of personnel for contract performance that will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns as stated in FAR 52.219-27( c)(1). In addition, the firm/team must have and comply with Cost Accounting Standards. In addition, one (1) CD or DVD containing the complete SF 330 Part I and Part II in.pdf format is required. Applicants will be rated based on the relevant experience - planning and design of projects of similar scale and scope - of both the firm(s) and assigned individuals, the applicants capacity to do the work, record of past performance on VA work, geographic consideration, the participation of minority-owned and women-owned consultants and demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Misrepresentation of SDVOSB eligibility may result in action taken by VA officials to debar the business concern for a period not to exceed 5 years from contracting with VA as a prime contractor or a subcontractor. Award of contract is dependent upon the availability of funds. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0115/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0115 VA-101-11-RP-0115.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200058&FileName=VA-101-11-RP-0115-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=200058&FileName=VA-101-11-RP-0115-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02446250-W 20110514/110512234441-ab492ea8a5757e4376afc74fee1ab0c5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.