Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2015 FBO #4950
DOCUMENT

C -- South Florida National Cemetery Phase 2 Expansion - Attachment

Notice Date
6/11/2015
 
Notice Type
Attachment
 
NAICS
541310 — 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
VA10115R0177
 
Response Due
7/1/2015
 
Archive Date
8/30/2015
 
Point of Contact
Danielle McGriff
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice for South Florida National Cemetery, Phase 2 Expansion, Lake Worth, FL 33449 Background The Department of Veterans Affairs (VA), Office of Construction and Facilities Management (CFM), is looking for Architect/Engineer (AE) firms certified in the following categories: (1) Service-Disabled Veteran-Owned Small Business (SDVOSB), (2) Veteran-Owned Small Business (VOSB), (3) 8(a), (4) HubZone, (5) Woman Owned Small Business (WOSB), and/or (6) Small Disadvantaged Business (SDB) capable of designing the expansion of South Florida National Cemetery Phase 2 in Lake Worth, Florida. The AE firm must be capable of preparing and/or provide all AE services that may include, but not limited to: surveying, soils investigations, schematic design documents (SD), design development documents (DD), construction documents (CD), construction period services (CPS), site visits (SVS), and record drawings (RD). The firm 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; Structural and Geo-technical Engineers; Landscape Architects; Surveyors; Cemetery Consultants; Environmental/Wetlands Engineers; Historic Preservation Specialists; and Architects. Probable Scope In accordance with the existing master plan for the entire 313-acre site, this project will develop approximately 25 acres of the 189 undeveloped remaining acres of the property to support 10-year burial projections (approximately 20,250 gravesites) for the Phase 2 build out. The project will include pre-placed crypts, columbarium niches, and in-ground cremains in pre-placed urn crypts. The design will include modifications to a main entrance area, roadways, irrigation, utilities, landscaping, signage, committal service shelters, memorial walls, parking, public restrooms, GIS/GPS site integration, and environmental permitting. The completed Phase 2 shall incorporate water conservation measures meeting State and Federal mandates. The completed Phase 2 shall be LEED silver certified and meet all Federal Energy and Sustainability mandates. This sources sought is intended to enable the Government to assess AE industry capability to update the master plan of the entire site and SD/DD for expansion of the current site, Special Studies, CD, and CPS to support the Government during the construction phase may be included as options in the contract and may be exercised in the future. Services under this phase shall include, but not be limited to, the following: site design including utilities and drainage; landscape architecture; structural design; electrical design; plumbing design; cost estimating; phasing plan design; protected habitat preservation and wetlands maintenance and mitigation; and presentations and review submissions. Instructions This project will be accomplished utilizing the VA Program Guide (PG-18-15, Volume D), AE Submission Instructions for National Cemetery Projects, as well as the National Cemetery Administration (NCA) Facilities Design Guide.. 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 of Construction at Award (ECCA). Applicants must have an established working office in the State of Florida, be of sufficient size and experience to accomplish the work, and be licensed as a design professional in the State of Florida. If your firm can meet the criteria above, provide the following information: 1) NAICS code; 2) size standard for small business; and 3) a detailed description (including size, scope, and dollar value) of the firm's experience in designing cemeteries or projects of a similar size and scope. Please forward the information attached to an email to Danielle McGriff at Danielle.McGriff@va.gov and cc E.J. Jean-Jacques at Evenel.Jean-Jacques@va.gov with the subject line "South Florida National Cemetery - [insert company name]" and. in the text of your email, include the name and address of your firm, DUNS number, and name and phone number of a point of contact in case further information is needed. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this Sources Sought that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201 (c) (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Announcement. You are required to E-mail your responses to personnel designated above no later than 4:30 pm EDT on 01 July 2015. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL AND THAT THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS. LOOK FOR ANY FURTHER INFORMATION IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED. Contracting Office Address: Office of Construction & Facilities Management (00C4B) 425 I Street, NW, Room 6E505E Washington, D.C. 20001 Place of Performance: South Florida National Cemetery 6501 S. State Road 7, Lake Worth, Florida US 33449 Point of Contact(s): Danielle McGriff Danielle.McGriff@va.gov (240) 215-1763 Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10115R0177/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-15-R-0177 VA101-15-R-0177_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2100273&FileName=VA101-15-R-0177-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2100273&FileName=VA101-15-R-0177-000.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: 6501 S. State Road 7;Lake Worth, Florida
Zip Code: 33449
 
Record
SN03761818-W 20150613/150611235616-4d6c7693265b4bfd7694db123c693936 (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.