Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
MODIFICATION

C -- Phase II Gravesite Expansion,Tahoma National Cemetery,Puget Sound area of Washington State,Kent, WA

Notice Date
11/21/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA-101-08-RI-0021
 
Response Due
12/21/2007
 
Archive Date
1/20/2008
 
Point of Contact
Ed Nicholson Contracting Officer 202-565-4583
 
E-Mail Address
Email your questions to Contracting Officer
(ed.nicholson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This modification adds NAICS code 541330 to the original 541320 code. The Department of Veterans Affairs, Office of Construction & Facilities Management is looking for a Landscape Architect (NAICS 541320) or Civil Engineer (541330) firm capable of preparing all design documentation including, but not limited to, schematic documents, design development documents, construction documents, and providing construction period services, for the next phase of development at Tahoma National Cemetery in the Puget Sound area of Washington State. The cemetery opened in 1997 with the Phase I development of 52 acres providing full burial options, Administration and Maintenance facilities, and supporting infrastructure. Subsequent development has provided additional gravesites and columbaria. This project will develop Phase II of the master plan for the 160-acre Tahoma National Cemetery, to expand burial capacity and supporting infrastructure. Included are approximately 10 acres for 4,000 pre-placed crypts, 800 traditional gravesites, 1,900 in-ground cremains sites and 13,000 columbarium niches to provide an additional 10 years of full-option gravesite inventory. The project also provides for installation of pre-placed crypts in approximately five acres of previously developed interment area. In addition to gravesites, the project will involve the design and construction of the following: roads, walks, utilities, irrigation system expansion, drainage, wetland preservation, planting, signage, and site furnishings. Selection Process: Robert T. Smoot, 202-565-4181; POC Scope: Dann Reilly, 202-565-5782 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 also 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. 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 LEED 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 100 mile radius of Puget Sound area of Washington State, be of sufficient size and experience to accomplish the work, and be licensed in the State of Washington. 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 Cost Estimating and A/E Evaluation Service (00CFM1B, Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, five (5) copies are required by the response 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 - planning and design of 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 small business 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. 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: 3% (SDVOSB), 7% (VOSB), 5% (SDB), 3% (HUB Zone), 5% (WOSB), and 25% (SB). Note: The "covenant against contingent fee" clause is applicable to this solicitation. ***
 
Place of Performance
Address: 18600 Southeast 240th Street;Kent, WA
Zip Code: 98042
Country: US
 
Record
SN01456670-W 20071123/071121223509 (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  © 1994-2020, Loren Data Corp.