Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2005 FBO #1168
SOURCES SOUGHT

C -- Riverside National Cemetery, Phase V Development, Riverside, CA

Notice Date
2/4/2005
 
Notice Type
Sources Sought
 
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
786-244-04
 
Response Due
3/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
POC Scope: Peggy Jensen, 202-565-5907/Selection Process: Robert T. Smoot, 202-565-4181. Landscape Architecture (NAICS 541320) firm capable of preparing all design documentation (schematic documents, design development documents, and construction documents) and providing construction period services for the next phase of development of the Riverside National Cemetery in Riverside, California. 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 and Architect. Scope: The project will develop Phase V of the master plan for the 900+ acre Riverside National Cemetery, to expand burial capacity and supporting infrastructure. Included are: approximately 100 acres for 47,000 full-casket gravesites containing pre-placed crypts and 37,000 cremains sites in both columbarium and garden terraces. In addition to gravesites, the project will involve the design and construction of the following: roads, walks, utilities, irrigation system expansion, drainage, environmental mitigation, site furnishings, cortege staging area expansion, pedestrian paving repairs, rehabilitation of the administration building into a visitor center, a new administration building, a satellite maintenance facility, two committal service shelters and renovation of the existing maintenance building. The completed project should be capable of achieving LEEDS certification. The schematics and design development will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. The construction documents and construction period services shall be awarded at the option of the government. In addition to design capabilities, emphasis will be placed on the estimating capabilities of the applicants. Applicants must have an established working office within the State of California, of sufficient size as to be able to provide timely response and experience to accomplish the work and be licensed in the State of California. This proposed acquisition is a 100% Small Business. Firms must indicate in response whether they meet the requirements for a small business concern. Preference will be given to firms with working offices in the State of California. No firm will be considered unless an application consisting of a completed SF 330 Part I 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, five (5) copies are required within 30 days of the date of this advertisement. 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 consultant?s office involved. Applicants 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, the participation of minority-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 contract is dependent upon the availability of funds. This is not a request for a proposal. Note: The ?covenant against contingent fee? clause is applicable to this solicitation. ***
 
Web Link
RFP 786-244-04
(http://www.bos.oamm.va.gov/solicitation?number=786-244-04)
 
Place of Performance
Address: Riverside, California
Zip Code: 00000
Country: United States
 
Record
SN00745870-W 20050206/050204211859 (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.