DOCUMENT
C -- A/E Services Southern Colorado - New Cemetery Request for Qualifications/SF330: New Southern Colorado National Cemetery - Attachment
- Notice Date
- 5/30/2014
- Notice Type
- Attachment
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (003C4B));425 I Street, NW;Washington DC 20001
- ZIP Code
- 20001
- Solicitation Number
- VA10114R0093
- Response Due
- 7/1/2014
- Archive Date
- 7/31/2014
- Point of Contact
- DEREK UNDERWOOD
- E-Mail Address
-
2-5648<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Qualifications/SF330: New Southern Colorado National Cemetery A.DESCRIPTION: The Department of Veterans Affairs, Office of Construction and Facilities Management has Set-Aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) 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. B.PROBABLE SCOPE: This project will develop a master plan for 125,000 grave sites across a 375 acre site and schematic documents for approximately 50 acres of the property to support 10 year burial projections (approximately 15,300 gravesites) for the Phase 1 build out. The project will include pre-placed crypts, columbarium niches and in-ground cremains pre-placed urn crypts. Design will include a main entrance area, roadways, irrigation, utilities, landscaping, signage, committal service shelters, memorial walls, combined public information center and administration building, maintenance building complex, honor guard building, parking, public restrooms and temporary structures necessary to operationally support an early construction 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: Required services include site investigation, master planning, schematic design, design development, with Government Option for Construction Documents and Construction Period 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. The schematics and design development will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. All structures on the project shall be designed by a licensed Architect registered in the state of Colorado with a permanent office within the state. In addition to design capabilities, emphasis will be placed on the estimating and cost and scope management capabilities of the applicants. 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. A/E firms must be of sufficient size and have experience to accomplish the work and be licensed in the State of Colorado. Applicants must have an established working office within Colorado prior to submission. The following additional licensed/registered specialty design disciplines should be members of the firm, or team with demonstrable expertise in their respective fields: Civil Engineer, Architect, Structural Engineer, Mechanical/Plumbing/Electrical Engineers, Natural Resources Specialist, Water Management/Irrigation Specialist and Cost Estimator. 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 announcement 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% Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB). Therefore, this acquisition is open to all firms meeting the qualifications of SDVOSBs under the associated NAICS code as registered at https://www.sam.gov/portal/public/SAM/ and verified at http://www.vetbiz.gov/. Prospective SDVOSB 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 unless an application consisting of a completed SF330 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 (003C4B), Attention: DEREK UNDERWOOD, 425 Eye Street, NW, Room 6E.505E, Washington, DC 20001, two (2) copies are required by 2:00PM EDT, July 1, 2014. 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 as in accordance with VA Acquisition Regulation 852.219-11(c)(1). 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. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL ***Award of contract is subject to the availability of funds*** Contracting Office Address: Office of Construction & Facilities Management (00C34) 425 I Street, NW, Room 6E505D Washington, D.C. 20001 Place of Performance: Southern Colorado US Point of Contact(s): Derek Underwood Derek.Underwood2@va.gov 202-632-55648
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10114R0093/listing.html)
- Document(s)
- Attachment
- File Name: VA101-14-R-0093 VA101-14-R-0093_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1393878&FileName=VA101-14-R-0093-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1393878&FileName=VA101-14-R-0093-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101-14-R-0093 VA101-14-R-0093_4.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1393878&FileName=VA101-14-R-0093-002.docx)
- Record
- SN03381376-W 20140601/140531022023-e431dbfc96943976c435634204033cf4 (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 |