Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
MODIFICATION

C -- Florida National Cemetery Design For Burial Area Expansion, Bushnell, FL

Notice Date
6/5/2003
 
Notice Type
Modification
 
Contracting Office
Attn: Department of Veterans Affairs Office of Facilities Management, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
 
ZIP Code
20420
 
Solicitation Number
911PC2017
 
Response Due
4/25/2003
 
Point of Contact
Point of Contact - Robert Smoot, Director, A/E Evaluation and Program 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: Richard Kollar, 202-565-4783/Selection Process: Robert T. Smoot, 202-565-4181. Civil Engineering (NAICS 541330) or Landscape Architecture (NAICS 541320) firm to prepare a master plan and design development documents for an expansion of the existing Florida National Cemetery. The prime contractor should have licensed and or registered landscape architects as members of the firm or team, with experience in the master planning and design of cemeteries, large institutional campuses, parks and recreational facilities, or similar land development projects. The firm, or team, should include as members licensed/registered Irrigation Designers, Architects, Hydrologists, Cultural Resources, Geotechnical Engineers, Mechanical Engineers, Civil Engineers and Electrical Engineers, with demonstrable expertise in their respective fields. Scope: Development of new burial areas on newly acquired land, to include full casket gravesites in pre-placed crypts, development of columbaria niches, and supporting infrastructure such as roads and utilities. Quantities will be sufficient to support a ten-year projection of burial needs. Two (2) new committal shelters, a new public restroom facility and a satellite maintenance facility will be provided. New boundary fencing will be provided. The master plan 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 Florida. Preference will be given to firms with working offices in the State of Florida. 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 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's for each proposed consultant's office involved. Three (3) copies of the 255 and 254s are required. Applications will be rated based on the relevant experience of both the firm(s) and assigned individuals, the applicant's capacity to do the work, record of past performance on VA work, geographic consideration and the participation of minority-owned, veteran-owned and women-owned consultants, and demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Award of a contract is dependent upon the availability of funds. This is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be 23% (SB) 5% (SDB), 5% (WOB), 3% (HUB Zone), 7% (VOB), and 3% (DAV). Note: The "covenant against contingent fee" clause is applicable to this solicitation.***
 
Web Link
RFP 911PC2017
(http://www.bos.oamm.va.gov/solicitation?number=911PC2017)
 
Record
SN00340724-W 20030607/030605213325 (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.