Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
SOURCES SOUGHT

C -- Columbarium Expansion/Cemetery Improvements National Memorial Cemetery of the Pacific Architect/Engineering Services

Notice Date
4/19/2010
 
Notice Type
Sources Sought
 
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-101-10-RI-0079
 
Response Due
4/30/2010
 
Archive Date
8/7/2010
 
Point of Contact
Derek Underwood, Contracting Officer202-461-8204
 
E-Mail Address
Derek Underwood, Contracting Officer
(derek.underwood2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Office of Construction and Facilities Management is looking for Architect/Engineer (AE) firms certified in the following categories: (1) Service Disabled Veteran Owned Small Business (SDVOSB), (2) Veteran Owned Small Business (VOSB), (3) 8(a), (4) HubZone, (5) Woman Owned Small Business (WOSB), and/or (6) Small Disadvantaged Business (SDB.) for Columbarium Expansion/Cemetery Improvement project in Honolulu, HI. The AE firm must be approved under Landscape Architecture (NAICS 541320) or Civil Engineering (NAICS 541330) firm capable of preparing site acquisition and design documentation including, but not limited to: surveying, soils investigations, master plans, schematic design documents, and design development documents. 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 additional licensed/registered specialty disciplines should be members of the firm, or team with demonstrable expertise in their respective fields: Water Management/Irrigation specialist, Cost Estimator, Mechanical, Electrical and Plumbing Engineers, and Architect. The contract will include a government option for: design build RFP package or construction document preparation; construction period services, and site visits. Probable Scope: The project will develop approximately 10,000 columbarium niches in two separate areas, one on the western side of Outer Drive and a second in the southeastern section of the cemetery where the existing administration building and public restroom is currently located. In addition to the columbarium development, the project will provide a new administration building with public information center (PIC), including public restrooms, and electronic gravesite locator; demolition of the existing administration building; replacement of the existing signage and site furnishings throughout the cemetery; utilities, irrigation, and supporting infrastructure; access roads; energy (LEED) improvements; global positioning system site integration; environmental and historic preservation mitigation as needed; and road improvements and repairs, as well as infrastructure repairs and upgrades as identified in the Study on Improvements to Veterans Cemeteries. The new building complex (comprising the administrative offices, PIC and public restrooms) will incorporate enhanced information technology and physical security requirements. Design shall include mitigation of any environmental and historic issues identified during the environmental assessment process. Once a thorough analysis of the users and the cemeterys needs has been completed, the scope and method of meeting those needs may change and require a different approach. Incorporate Green Building Principles and Renewable Energy Initiatives. The completed project shall be LEED silver certified and meet all Federal Energy and Sustainability mandates. 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. In addition, 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 estimated governments cost for construction. The schematics and design development will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. The contract will include a government option for: design-build RFP package or construction document preparation; construction period services, and site visits. In addition to design capabilities, emphasis will be placed on the cost and scope management capabilities of the applicants. Applicants must be of sufficient size and experience to accomplish the work and be licensed in the State of Hawaii. Preference will be given to firms with working offices in the State of Hawaii. If your firm can meets the criteria above and has 1) NAICS code; 2) size standard for small business, 3) experience in designing cemeteries or projects of a similar size and scope), please forward an email to John.Ezell@va.gov with the subject line Hawaii NMCP (insert company name) with the name and address of your firm, DUNS number, name and phone number of a point of contact in case further information is needed. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL AND THE GOVERNMENT IS SEEKING INFORMATION FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT MAY OR MAY NOT ISSUE SOLICITATION DOCUMENTS. LOOK FOR ANY FURTHER INFORMATON IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA-101-10-RI-0079/listing.html)
 
Place of Performance
Address: National Memorial Cemetery of the Pacific;2177 Puowaina Drive;Honolulu, HI
Zip Code: 96813-1729
 
Record
SN02126207-W 20100421/100419235140-251ca5af47e430b753c311b07dd98feb (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.