Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2011 FBO #3653
DOCUMENT

C -- Mountain Home National Cemetery Mountain Home, TN - Attachment

Notice Date
11/23/2011
 
Notice Type
Attachment
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10112R0028
 
Response Due
12/29/2011
 
Archive Date
2/27/2012
 
Point of Contact
Brian Johnson
 
E-Mail Address
johnson@va.gov<br
 
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 a Civil Engineering (NAICS 541330) firm capable of preparing design documentation including, but not limited to: surveying, soils investigations, master plans, schematic design documents, and design development documents. 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 additional licensed/registered specialty disciplines should be members of the firm, or team with demonstrable expertise in their respective fields: Water Management/Irrigation specialist, Cost Estimator, Mechanical, Electrical and Plumbing Engineers, and Architect. The contract will include a government option for: design build RFP package or construction document preparation; construction period services, and site visits. This procurement for an Architect-Engineer firm is a Service Disabled Veteran Owned Small Business Set-Aside. Probable Scope: The project will develop approximately 15 acres on land transferred from VHA which is adjacent to the existing cemetery and will provide for about ten years of burial capacity. Development will consist of approximately 3,000 gravesites including 2,500 casket interments, 750 columbarium niches and 250 in-ground sites for cremated remains. 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 pre-placed concrete crypts. In addition to the gravesite development, the construction includes access roads; an entrance area; flag/assembly area; two permanent committal shelters; an administration building/public information center with electronic gravesite locator and public restrooms; memorial walkway/donations area; maintenance complex; road system; utilities; signage; site furnishings; fencing; irrigation system as needed consistent with water-wise landscaping principles; utility distribution system; environmental (including historical and cultural resources) preservation and mitigation. GPS/GIS site integration is included in both the existing and new development scope. Demolition of structures within the existing cemetery is also included, as well as infrastructure repairs and upgrades as identified in the Study on Improvements to Veterans Cemeteries. 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 user's and the cemetery's needs has been completed, the scope and method of meeting those needs may change and require a different approach. This 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 to design capabilities, 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 government's 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. Applicants must have an established working office within 200 miles of Mt. Home, TN, be of sufficient size and experience to accomplish the work, and be licensed in the State of Tennessee. 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 sent. For FedEx or Hand Delivery send to the Office of Construction and Facilities Management (003C4), Attention: Brian Johnson, 425 I Street, NW Room 6E.411C, Washington, DC 20001. For regular mail send to Department of Veteran Affairs, Office of Construction & Facilities Management (003C4), Attention: Brian Johnson, 810 Vermont Ave, NW, Washington, DC 20001. Two (2) copies are required by 2:00PM, December 29, 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 Service Disabled Veteran-Owned Small Business concerns in accordance with Federal Acquisition Regulation (FAR) 52.219-14 Limitations on Subcontracting and VA Acquisition Regulation (VAAR) 852.219-11(c)(1). Application packages (SF330) submitted by A/E teams will be evaluated on the following criteria: 1.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. 2.Specific experience and qualifications of personnel proposed for assignment to the project and record of working together as a team. 3.Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. 4.Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design 5.Past record of performance on contracts with the Department of Veterans Affairs or other federal agencies. 6.Geographic location and facilities of the working office(s) which would provide the professional services and familiarity with the area in which the project is located 7.Inclusion of small business consultant(s), minority-owned consultant(s), women-owned consultant(s), veteran owned consultant(s), disadvantage veteran owned consultant(s), and/or HUB Zone consultant(s). Factors 1, 2, and 5 above are of equal weight. Each one (1, 2, or 5) is more important than 3, 4, or 6, which are equal to each other. Each of these (1, 2, 3, 4, 5, or 6) are more important than 7. The applicants scoring the highest on their packages (SF330s, etc.) will be invited for oral presentations of their team, qualifications, and proposed design approach to the A/E selection panel. The oral presentations will be rated on the following factors: 1.Pertinent experience and capabilities 2.Proposed design approach for this project 3.Proposed management plan and project control 4.Relevant project experience of proposed team 5.Sustainable design 6.Team proposed for this project 7.Location and facilities of working offices 8.Estimating effectiveness 9.Awards 10.Insurance and litigation Factors 1 and 2 above are of equal weight. Each one (1 or 2) is more important than 3, 4, 5, or 6, which are equal to each other. Each of these (1, 2, 3, 4, 5, or 6) are more important than 7, 8, 9, or 10, which are equal to each other. The final selection of highly qualified firms will be based on the combined rating of the SF330s and the oral presentations. Misrepresentation of Service Disabled Veteran-Owned Small Business (SDVOSB) 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. 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/VA10112R0028/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-12-R-0028 VA101-12-R-0028.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=276233&FileName=VA101-12-R-0028-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=276233&FileName=VA101-12-R-0028-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Mountain Home, TN
Zip Code: 37684
 
Record
SN02628730-W 20111125/111123234503-e4f562bd1f42bbc3167231548a82bd5e (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.