Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2006 FBO #1524
SOURCES SOUGHT

C--C -- Bakerfield Area National Cemetery, Master Plan and Phase I Development, Bakersfield, CA

Notice Date
1/26/2006
 
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
VA-786A-RI-06-0033
 
Response Due
2/27/2006
 
Archive Date
3/29/2006
 
Small Business Set-Aside
N/A
 
Description
Selection Process: Robert T. Smoot, 202-565-4181; POC Scope: Ms. Peggy Jensen, 202-565-5907 Landscape Architect (NAICS 541320) or Civil Engineer (541330) firm capable of preparing all design documentation including, but not limited to, master plans, schematic documents, design development, construction documents, and providing construction period services, for a new national cemetery in the Bakersfield, California area, on a site to be selected by the U. S. Department of Veterans Affairs. Prime contractor should have licensed / registered Landscape Architects and Civil Engineers as members of the firm, or team, with experience in the planning and design of cemeteries, large institutional campuses, parks, 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: Natural Resources Specialist, Geo-technical Engineer, Water Management / Irrigation Specialist, Cost Estimator and Architect. Scope: Prepare a Master Plan for an approximate 500 acre Bakersfield Area National Cemetery site. Prepare design documentation for the Phase 1 build-out, approximately 75 acres, of that site. Included, but not limited to, as part of the design will be: main entrance area, assembly area, full casket gravesites containing pre-placed crypts, columbarium, cremains sites, roadways, irrigation, utilities, landscaping, signage, public information building, committal service shelters, administration building, maintenance building, and environmental mitigation. Construction documents and construction period services shall be awarded at the option of the government based on availability of funds. The completed project should be capable of achieving LEEDS certification In addition to design capabilities, estimating capabilities of the applicants will be considered. 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 for construction. Applicants must have an established working office within a 125-mile radius of Bakersfield, California, be of sufficient size and experience to accomplish the work, and be licensed 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 - master planning on projects of similar scale and scope - 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 proposals. 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% (WOSB), 3% (HUB Zone), 7% (VOSB), and 3% (SDVOSB). Note: The ?covenant against contingent fee? clause is applicable to this solicitation. ***
 
Place of Performance
Address: Bakersfield, CA
Zip Code: 00000
Country: United States
 
Record
SN00973584-W 20060128/060126211944 (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.