Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOURCES SOUGHT

C -- Fort Rosecrans National Cemetry Annex Development at Miramar = Marine Corps Air Station, San Diego, California

Notice Date
4/29/2003
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Office of Facilities Managemen= t, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
 
ZIP Code
20420
 
Solicitation Number
892PC2022
 
Point of Contact
Point of Contact - Robert Smoot, Director, A/E Evaluation and Prog= ram Support Team (181A), (202) 565-4181, Contracting Officer - Robert Smoot= , Director, A/E Evaluation and Program Support Team (181A), (202) 565-4181
 
E-Mail Address
Email your questions to Robert Smoot
(bob.smoot@hq.med.va.gov)
 
Description
POC Scope: Bruce Borko, 202-565-4938/Selection Process: Robert T. Smoot, 202-565-4181. Civil Engineering (NAICS 541330) or Landscape Architecture (NAICS 541320) firm to prepare Schematics and Design Development documents for an initial 50-acre Phase 1 development of Fort Rosecrans National Cemetery Annex at Miramar Marine Corps Air Station. The prime contractor should have licensed and or registered landscape architects as members of the firm or team, with experience in master planning and the design of cemeteries, large institutional campuses, golf courses, parks and recreational facilities, or similar land development projects. The firm, or team, should include as members licensed/registered Irrigation Designers, Cultural Resources, Natural Resources, Geotechnical Engineering, Mechanical Engineers, Structural Engineers, Civil Engineers and Electrical Engineers, and Architecture, with demonstrable expertise in their respective fields.=20 Scope: Prepare Schematics and Design Development documents, based on Master Plan data provided by Department of Veterans Affairs. Project includes, but is not limited to, a 50-acre development of full casket gravesites in pre-placed crypts and columbaria wall niches to support a ten-year projection of burial needs. Design will include necessary site work, utilities, roads, landscaping, irrigation and other civil work. An entrance feature, public information center, committal shelters, administration building and maintenance complex will be considered in the design. Site requires design around existing utilities, easements and protected environmental habitat. The schematic and design development will include all appropriate engineering and architectural disciplines and a firm estimate of construction cost. The contract will include a government option for contract document preparation and construction period services. In addition to design capabilities, emphasis will be placed on the estimating capabilities of the applicants. Applicants must have an established working office within a 100-mile radius of the site of sufficient size and experience to accomplish the work, and be licensed in the State of California. Preference will be given to firms with working offices in the State of California. This proposed acquisition is a 100% small business set-aside. No firm will be considered unless an application consisting of a completed SF 255 and other evidence of experience and capabilities the applicant considers relevant is received by the VA A/E Evaluation & Program Support Team (181A), Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC=20 20420, within 30 days of the date of this advertisement. A current SF 254, representing and differentiating between the personnel experience and capabilities of all involved offices must be included with the application together with current SF 254=92s for each proposed consultant=92s office involved. Three (3) copies of the 255 and 254s are required. Applicants will be rated based on the relevant experience of the firm(s) and assigned individuals, their ability to do work of this scale and scope, record of past performance on VA and other Federal work, geographic consideration, demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in design, and participation of small and disadvantaged businesses. Award of contract is dependent upon the availability of funds. This is not a request for a proposal. Note: The =93covenant against contingent fee=94 clause is applicable to this solicitation.***
 
Web Link
RFP 892PC2022
(http://www.bos.oamm.va.gov/solicitation?number=3D892PC2022)
 
Record
SN00314197-W 20030501/030429213419 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.