Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

C -- National Memorial Cemetery of the Pacific - Columbarium Expansion & Cemetery Improvements in Honolulu, Hawaii Architect/Engineer Services

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B1);811 Vermont AVE, NW 563;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10110RP0112
 
Response Due
8/2/2010
 
Archive Date
11/9/2010
 
Point of Contact
DEREK UNDERWOOD
 
E-Mail Address
LOS<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management has a need for a Landscape Architecture (NAICS 541320) or Civil Engineering (NAICS 541330) firm capable of preparing all design documentation including, but not limited to, master plans, schematic documents, design development documents, construction documents and providing construction period services. 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 licensed/registered specialty disciplines should be members of the firm, or team with demonstrable expertise in their respective fields: Civil Engineer, Natural Resources Specialist, Water Management/Irrigation specialist, Cost Estimator and Architect. 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; 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 user and the cemetery 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 complete 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 government cost for construction. The schematics and design development will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. The construction documents and construction period services shall be awarded at the option of the government. 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. 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 Office of Construction and Facilities Management (00CFM3B1, Attention: DEREK UNDERWOOD, 810 Vermont Avenue, NW (00CFM3B1), Washington, D.C. 20420, one on a Compact Disc or DVD and one original hard copy on or before 2:00PM Local Time, August 2, 2010. 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 offices 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 capacity to do the work, record of past performance on VA work, geographic consideration, the participation of minority-owned and woman-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 Business, Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone Small Business, Veteran-Owned Small Business and Service-Disabled Veteran-Owned Small Business contracting goals will be: 17.7% (SB), 5% (SDB), 5% (WOSB), 3% (HUB Zone), 5% (VOSB) and 3% (SDVOSB).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10110RP0112/listing.html)
 
Place of Performance
Address: National Memorial Cemetery of the Pacific;2177 Puowaina Drive;Honolulu, Hawaii
Zip Code: 96813-1729
 
Record
SN02201692-W 20100711/100709235642-a485839ece65431aff714f7721eed7ce (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.