Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2005 FBO #1468
SOURCES SOUGHT

C -- A/E SERVICES FOR QUANTICO NATIONAL CEMETERY GRAVESITE EXPANSION PROJECT

Notice Date
12/1/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;National Cemetery Administration;Construction Support Division (41D3B);810 Vermont Avenue, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-786A-06-RI-0016
 
Response Due
12/14/2005
 
Archive Date
2/12/2006
 
Small Business Set-Aside
Total HUB-Zone
 
Description
DEPARTMENT OF VETERANS AFFAIRS NATIONAL CEMETERY ADMINISTRATION CONSTRUCTION SUPPORT DIVISION (41D3B) 810 VERMONT AVE., NW WASHINGTON, DC 20420 PHONE: (202) 565-4220 FAX: (202) 565-4211 DECEMBER 1, 2005 TO: HUBZONE SMALL BUSINESSES SUBJ: POTENTIAL ACQUISITION OPPORTUNITY - ARCHITECT-ENGINEERING SERVICES FOR GRAVESITE EXPANSION PROJECT AT THE QUANTICO NATIONAL CEMETERY, QUANTICO, VA This e-mail message is being sent to all HubZone Small Businesses registered in the Central Contractor Registration (CCR) database (www.ccr.gov), with North American Industry Classification System (NAICS) Code 541310 (Architects); 541320 (Landscape Architects); or 541330 (Engineering); . Please e-mail your response to this message to Ms. Diane Campbell, no later than 2:00 p.m., EST, Wednesday, December 14 , 2005, at the following address: Diane.Campbell@va.gov or to Michael Hannum at Michael.Hannum@va.gov or fax your response to (202) 565-4211. In an effort to enhance opportunities for HubZone Small Businesses and increase the U.S. Department of Veterans Affairs (VA) accomplishments in this important socioeconomic category, VA's National Cemetery Administration is performing preliminary market research to gauge the level of interest and capabilities of HubZone Small Businesses with regards to an upcoming acquisition for AE Services for providing Design Development, Schematics, and at the option of the government to provide the Construction Documents, Construction Period Services and Site Visits for a gravesite development project at the Quantico National Cemetery in Quantico, Virginia.. The findings of the preliminary market research will be used in considering a 100% Set-Aside for HubZone Small Business, pursuant to the set-aside authority contained in Federal Acquisition Regulation (FAR) Subpart 19.1305. NAICS codes applicable for this acquisition are 541310 (Architects), 541320 (Landscape Architects) and 541330 (Engineers). The Size Standard for 541310 and 541330 is $4.0 Million. The Size Standard for 541320 is $6.0 Million. The estimated cost for this contract is approximately between $500,000 and $1,000,000. The construction cost is estimated to be around $8,000,000. Project is subject to the availability of funds. The solicitation will be limited to contractors in a radius of within 50 miles of the Quantico National Cemetery, Quantico, VA. BRIEF DESCRIPTION OF PROJECT: Contractor shall provide AE services for Schematics, Design Development documents initially; then at the option of the government will provide the construction documents, provide construction period services and site visits for a gravesite expansion project for the Quantico National Cemetery, Quantico, Virginia. Brief Description of Project for Gravesite Expansion: Expansion of the Quantico National Cemetery serving the veteran population in northern Virginia. This cemetery was opened in May 1983 and 120 of the total 727 acres have been developed to date. This project provides for a phased gravesite expansion of an additional 10 years of full-option gravesite inventory. Also included in this project will be infrastructure repairs and upgrades to the existing cemetery. Total net area for this project is approximately 50 acres of the undeveloped 607 acres and provides for additional casketed and cremain gravesites. This development provides for the following elements and features: (a) Access roads (b) Committal shelter (1) (c) Interment areas (Burial Sections) (i) Casketed remains - full casket gravesites including pre-placed crypts - approximately 8,600 (ii) Cremated remains - in-ground, garden niche, or terraced sites - approximately 2,500 columbaria niches, and 300 traditional in- ground. (d) Grading, drainage, fencing, and landscaping (e) Investigate the possible need for wells for additional irrigation water supply (f) Irrigation system extensions, and control system, (g) Repair Committal Shelters A & B (h) Demolish/Construct Committal Shelter C (i) Enhancements to administration facility (replace roof) and expansion to parking area (j) Repairs to existing maintenance complex (buildings and service area) (k) Restore and enhance main entrance (l) Upgrade existing public restroom facility (m) Replace site furnishings / receptacles / signage (n) Improvements to public assembly area (o) Security cameras and security system at key cemetery facilities (p) Repairs to existing roads, and new roads (q) Equipment wash station (r) Wetland preservation and mitigation NOTE: Work under this contract shall be coordinated with the final as-built elements of 3 currently scheduled construction projects that are not completed (as of this date). Scheduled projects are focused on: 1. irrigation and potable water mains, 2. grave site expansion, and 3. business office building. Construction Budget shall not exceed $8,000,000 in 2008 dollars. Further development of Construction Documents, (referred to as a/e Services Part I) with related construction period services (Part II) and site visits (Part III) may be included at VA/NCA option. REQUIRED RESPONSES: Your review of this information and response to the following questions will be very helpful in determining if this acquisition may be set-aside exclusively for competition among HubZone Small Businesses. Please review the specifications and technical requirements carefully before responding to this e-mail. If the question is not applicable, please indicate "N/A" in your reply to that question: (1) Has your firm, as a prime contractor, whether individually or through a formal joint venture or teaming agreement, or under subcontract to a Federal prime contractor, provided AE services for projects of similar size and scope as described in the brief description of project above? (2) If your response to question (1), above, is yes, please provide the period covered by the contract, the contracting agency name, address and telephone number of the contracting officer, and whether your firm performed as a prime contractor or as a subcontractor. If performance was a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (3) Please list all current contracts, amount of contract and list AE services being provided under the contracts. (4) If your responses to (1), (2) or (3) above is in the affirmative, please provide the prices paid to your firm by the Federal Government or the Federal Government's prime contractor for AE services. If services were performed by your company for a commercial contractor, please indicate prices paid to your firm by the company. (5) If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, have you provided AE services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. Please include any information relevant to any potential difficulties you note with complying fully with the Statement of Work and specifications. (6) In order to determine if an acquisition can be set-aside for HubZone Small Businesses, the contracting officer must determine that there are a sufficient number of HubZone Small Businesses capable of performing the contract requirement and that award can be made at a reasonable, fair market price. To that end, please provide your firms references and past performance. (Please list top 5, preferably of as close to size and scope of our project as possible). (7) If your firm, either individually or as a formal joint venture or under a formal teaming arrangement, has held a Federal contract please provide the following information (if there are more than three such contracts, please provide the information for the three most recently completed acquisitions): (a) Contracting Agency Address & contracting officer's name and telephone number. (b) Contract Number, date and amount of award, date of completion (c) Description of Items/Services provided under the contract. (d) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer. (8) Please provide references from those customers that have an ongoing relationship with your firm, the AE services purchased by these customers, and the estimated value and magnitude of these contractual arrangements (9) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the AE Services requested, no later than December 14, 2005 to Ms. Diane Campbell, at: Diane.Campbell@va.gov or Michael Hannum at Michael.hannum@mail.va.gov. Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Although responses are not required, the information will be helpful in assisting this office, as HubZone Small Businesses advocates, in trying to influence the acquisition strategy for the AE Services project in Virginia by ensuring maximum practicable opportunities for HubZone Small Businesses. This is not a solicitation and should not be construed as such. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a HubZone Small Businesses set-aside or sole source award, or any other guarantee of award or acquisition strategy. Thank you for your time in responding to this e-mail, as well as for your service and sacrifice in the preservation of freedom.
 
Place of Performance
Address: QUANTICO NATIONAL CEMETERY;18424 JOPLIN ROAD;QUANTICO, VA
Zip Code: 22172
Country: UNITED STATES
 
Record
SN00942787-W 20051203/051201211824 (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.