Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2013 FBO #4348
DOCUMENT

C -- A/E Services - Western New York National Cemetery - Attachment

Notice Date
10/18/2013
 
Notice Type
Attachment
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management;425 I Street N.W.;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10113R0217
 
Response Due
11/18/2013
 
Archive Date
2/25/2014
 
Point of Contact
Derek Underwood
 
E-Mail Address
32-5684<br
 
Small Business Set-Aside
Total Small Business
 
Description
A.DESCRIPTION: The Department of Veterans Affairs, Office of Construction and Facilities Management requires 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, providing construction period services and also development of Request for Proposal (RFP) if a Design Build (DB) approach is chosen versus the Design Bid Build (DBB) Acquisition Strategy. 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 Small Business Set-Aside. B.PROBABLE SCOPE: The scope of this design project includes site investigation, master planning, schematic design, design development, with Government Option for awarding Construction Documents, Construction Period Services, Special Studies, and Site Visits. 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, mausoleums and in ground cremains. Design will include a main entrance area, roadways, irrigation, utilities, landscaping, signage, combined public information center and administration building, Honor Guard building facilities, maintenance building complex, committal shelters, parking, public restrooms, and temporary structures necessary to support an early turnover of a limited number of gravesites. The estimated cost of construction for this project is between $20,000,000 and $50,000,000. C.NOTE: 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. D.REQUIRED SERVICES: 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 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: Construction Document preparation, Construction Period Services, Special Studies, 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. The prime contractor must have an established working office within New York State prior to submission. 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. E.THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL: This is a request for SF 330s Architect/Engineer Qualifications packages only. Any requests for a solicitation will not receive a response. No material will be issued and no Sources Sought package or bidder/plan holder list will be issued. This acquisition is being conducted under full and open competition procedures. The North American Industry Classification System (NAICS) Codes that apply to this Sources Sought are 541320 Landscape Architecture and 541330 Engineering Services. NAICS Code 541320 has a Small Business size standard of $7 million dollars average annual gross revenues for the past three fiscal years and NAICS Cods 541330 has a Small Business size standard of $14 million dollars average annual gross revenues for the past three fiscal years. F.SMALL BUSINESS SET ASIDE: The socio-economic set-aside associated with this notice is 100% Small Business Set-Aside. Therefore, this acquisition is open to all firms meeting the qualifications of small business under the associated NAICS code as registered at https://www.sam.gov/portal/public/SAM/ Prospective small business firms are reminded that in accordance with FAR 52.219-14 Limitations on Subcontracting, at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the small business concern. SF 330 packages and/or attachments shall address how each firm anticipates meeting this criterion. G.EVALUATION Each respondent's SF 330 submittal package will be evaluated in accordance with FAR 36.6 procedures. The evaluation factors are listed below in descending order of importance. 1.Specialized experience and technical competence of the firm (including a joint venture or association) with the type of services required. This includes experience in the planning and design of cemeteries, large institutional campuses, parks and recreational facilities, or similar land development projects 2.Specific experience and qualifications of personnel proposed for assignment to the project. Experience and qualifications may include expertise in their respective fields: Civil Engineer, Natural Resources Specialist, Water Management/Irrigation specialist, Cost Estimator, and Architect. 3.Past record of performance on contracts with the Department of Veterans Affairs. 4.Professional capacity of the firm in the designated geographic area of the project to perform work (including any specialized services) within the time limitations. 5.Demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 6.Geographic location and facilities of the working office(s) which would provide professional services and familiarity with the area in which the project is located. 7.Inclusion of small business consultants, and/or minority-owned small business consultants, and/or women-owned small business consultants, and/or veteran-owned small business consultants, and/or service-disabled veteran-owned small business consultants, and/or HUBZone consultants. After the qualification statements have been received the firms will be evaluated and ranked by the Technical Evaluation Board (TEB). A minimum of three applicants scoring the highest on their packages (SF 330s) will be invited for discussions of their team, qualifications and proposed design approach to the A/E selection panel. The discussions will be rated on the following factors, in descending order of importance: 1.Pertinent experience and capabilities 2.Relevant project experience of proposed team 3.Proposed design approach for this project 4.Proposed management plan and control 5.Sustainable design 6.Team proposed for this project 7.Location and facilities of working forces 8.Estimating effectiveness 9.Awards 10.Insurance and litigation The final selection of highly qualified firms will be based on the combined total rating of the written SF 330s and the discussions which the discussions are more important than the SF330. H.SUBMISSIONS: No firm will be considered without an application consisting of a completed SF 330 Part I and other evidence of experience and capabilities the applicant considers relevant. The SF330 shall be sent to the Office of Construction and Facilities Management (003C4), Attention: DEREK UNDERWOOD, 425 I Street, NW Room 6E.505E, Washington, DC 20001. Two copies are required by 2:00PM, November 18, 2013. 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. Any firm that has undergone a Federal Audit within the last 12 months is encouraged to attach the report to their submission. Audit reports or lack thereof will have no impact on the evaluation of a firm. ***Award of contract is subject to the availability of funds*** Contracting Office Address: Office of Construction & Facilities Management (00C34) 425 I Street, NW, Room 6E505E Washington, D.C. 20001 Place of Performance: Western New York State US Point of Contact(s): Derek Underwood (Derek.underwood2@va.gov)(202) 632-5648 Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10113R0217/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-R-0217 VA101-13-R-0217_PRESOLICITATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1055229&FileName=VA101-13-R-0217-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1055229&FileName=VA101-13-R-0217-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03218507-W 20131020/131018233851-d11e2f922a17d7f36351c2da114199ec (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.