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
SOLICITATION NOTICE

C -- A/E Services, Phase III Gravesite Expansion and CemeteryImprovements, Massachusetts National Cemetery, Bourne, MA

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541320 — Landscape Architectural 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-RP-0023
 
Response Due
12/27/2007
 
Archive Date
2/25/2008
 
Point of Contact
Frank A Clemons 202-565-4022
 
E-Mail Address
Email your questions to Contracting Officer
(frank.clemons@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management is presently seeking either a Landscape Architect (NAICS 541320) or a 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 Phase III Gravesite Expansion and Cemetery Improvements at Massachusetts National Cemetery, Bourne, MA. In accordance with the master plan that was prepared for the entire site, Phase III will develop approximately 25 acres of the undeveloped 529 acres remaining at the Massachusetts National Cemetery. This project will be accomplished utilizing the VA program Guide (PG-18-15, Volume D), A/E Submission Instructions for National Cemetery Projects, as well as the National Cemetery Administration (NCA) Facilities Design Guide. The design will culminate in the preparation of contract documents and construction specifications to be used for competitive bidding purposes. Since this is an existing cemetery, only those facilities and infrastructure necessary to support the added maintenance, operation, burial capacity for approximately ten years will comprise this phase of construction. Approximately 25-acres of undeveloped land will be consumed and approximately 13,300 gravesites, both full-casket and cremain sites will be developed. In addition, this project will replace the Administration and Maintenance buildings constructed during the initial Phase I development nearly 30 years ago. Also included in this project are the infrastructure repairs and upgrades to the existing Massachusetts National Cemetery as identified in the Study on Improvements to Veterans Cemeteries. 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 Estimators, and Architect. Scope: Prepare design documentation for the Phase III build-out, approximately 25 acres, of the site. Included, but not limited to, as part of the design will be: access roads; 8,500 full-casket gravesites including 1,000 traditional burial sites and installation of approximately 7,500 pre-placed crypt gravesites in newly developed sections; approximately 1,000 in-ground, garden niche, or terrace sites along with approximately 3,800 columbaria niches; new Administration Building with Public Information Center and electronic gravesite locator (approximately 3,206 GSF); new Maintenance Building (approximately 9,000 GSF); Construct Covered Open Storage Building (roughly 60 GSF); demolition of existing Administration and Maintenance Buildings; replace existing signage and site furnishings throughout the cemetery; renovate Open Maintenance Bay Building; utilities, irrigation, and supporting infrastructure; Global Positioning System (GPS) site integration; LEED improvements; and finally, wetland preservation and 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 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 budgeted government cost for construction. Applicants must have an established working office within 100 mile radius of Bourne, Massachusetts be of sufficient size and experience to accomplish the work, and be licensed in the State of Massachusetts. 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 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 - 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 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. 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). POC for Selection Process: Robert T. Smoot, 202-565-4181; POC Scope: Mark Ivory, 202.565.4122 Note: The "covenant against contingent fee" clause is applicable to this solicitation. ***
 
Place of Performance
Address: Massachusetts National Cemetery;off Connery Avenue;Bourne, MA 02532
Zip Code: 02532
Country: US
 
Record
SN01456671-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.