Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
DOCUMENT

C -- Western New York National Cemetery - New Cemetery Architect-Engineer Services - Attachment

Notice Date
6/28/2011
 
Notice Type
Attachment
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B1);425 I Street, NW Room 6E.505G;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RP0146
 
Response Due
7/28/2011
 
Archive Date
11/4/2011
 
Point of Contact
DANA IVEY
 
E-Mail Address
KLIPFEL<br
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management has Set-Aside for Veteran-Owned Small Business a need for a Landscape Architecture (NAICS 541320) or a Civil Engineering (NAICS 541330) firm capable of preparing all design documentation including, but not limited to, master plans, schematic documents, design development documents, construction documents, and providing construction period services. Prime contractor should 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 following licensed/registered specialty disciplines should be members of the firm, or team with demonstrable expertise in their respective fields: Civil Engineer, Natural Resources Specialist, Water Management/Irrigation specialist, Cost Estimator, and Architect. This procurement for an Architect-Engineer firm is a Veteran-Owned Small Business Set-Aside. Probable Scope: 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. The Architect-Engineer firm will prepare master plans and design development documents, to develop approximately 50 acres of the property, to support 10 year burial projections for the Phase 1 buildout. The project will include approximately 25,000 gravesites, including pre-placed crypts, columbarium niches and in ground cremains. Design will include a main entrance area, roadways, irrigation, utilities, landscaping, signage, combined public information center and administration building, maintenance building complex, committal shelters, parking, public restrooms, and temporary structures necessary to support an early turn over of a limited number of gravesites. 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. The project will be accomplished utilizing the VA Program Guide (PG-18-15, Volume D), 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 comply with approved Cost Accounting Standards in accordance with 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 New York. Applicants must have an established working office within New York State prior to submission. 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. Your SF330 shall be sent to the Office of Construction and Facilities Management (00CFM3B1), Attention: DANA IVEY, 425 I Street, NW Room 6E.505G, Washington, DC 20001, two (2) copies are required by 2:00PM, July 28, 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 consultants office involved. In addition, one (1) CD or DVD containing the complete SF 330 Part I and Part II in.pdf format is required. The Architect-Engineer firm must clearly demonstrate, in their Application Package, how it intends to meet at least fifty (50) percent of the cost of personnel for contract performance that will be spent for employees of the concern or employees of other eligible Veteran-Owned Small Business concerns as in accordance with VA Acquisition Regulation 852.219-11(c)(1). 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 applicant ™s capacity to do the work, record of past performance, 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 Veteran-Owned Small Business (VOSB) eligibility may result in action taken by VA officials to debar the business concern for a period not to exceed five (5) years from contracting with VA as a prime contractor or a subcontractor in accordance with VA Acquisition Regulation 809.406-2. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0146/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0146 VA-101-11-RP-0146.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214002&FileName=VA-101-11-RP-0146-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=214002&FileName=VA-101-11-RP-0146-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02484414-W 20110630/110628234925-61ebfa11bf3a244070faf9d5afd2d08f (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.