Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
DOCUMENT

C -- Willamette National Cemetery Columbarium Expansion and Cemetery Improvements Portland, Oregon - Attachment

Notice Date
12/16/2010
 
Notice Type
Attachment
 
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
VA10111RP0037
 
Response Due
1/19/2011
 
Archive Date
4/28/2011
 
Point of Contact
GREGORY SABATER
 
E-Mail Address
LOS<br
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Veterans Affairs, Office of Construction and Facilities Management has Set-Aside for Small Business a need for a Landscape Architecture (NAICS 541320) or a 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. This procurement for an A/E firm is a 100% Small Business Set-Aside. Probable Scope: The project will develop a phased master plan for 37 acres adjacent to the existing cemetery in concert with identifying and developing master plan level (conceptual) designs for all remaining site development opportunities on the existing cemetery. This project will also design and develop the first phase of construction which will include approximately 7,000 pre-placed crypts, 10,700 columbarium niches and 8,000 in-ground cremation sites. The new site will include: a new memorial wall with ossuary; utilities, irrigation, and supporting infrastructure; access roads; and global positioning system site integration. In addition to development of the new acreage, the project will include the following scope within the existing cemetery: identify and design potential future burial sites; provide replacement or renovation of the existing maintenance and Administration buildings; removal of remaining underground storage tanks; demolition and replacement of the employee building 3003; new parking to have capacity for all employees at the maintenance area; development of a new spoils storage area and stabilization of the existing spoils area; renovation of existing Columbarium Number 2 walkways and water seepage; installation of water main to complete irrigation loop; utilities; as well as infrastructure repairs and upgrades as identified in the Study on Improvements to Veterans Cemeteries. The new buildings will incorporate enhanced information technology and physical security requirements and shall include Green Building Principles and Renewable Energy Initiatives. The completed buildings shall be LEED silver certified and meet all Federal Energy and Sustainability mandates. 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. The 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 governments estimated cost for construction. The schematics and design development will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. A possible solicitation will include a government option for: design-build Request For Proposal (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. A/E firms must be of sufficient size and have experience to accomplish the work and be licensed in the State of Oregon. Applicants must have an established working office within 150 miles of Portland, Oregon. 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: Gregory Sabater, 810 Vermont Avenue, NW, Washington, DC 20420, two (2) copies are required on or before 2:00PM, January 19, 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 consultants office involved. In addition, one (1) CD or DVD containing the complete SF 330 Part I and Part II in.pdf format is required. 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 ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0037/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0037 VA-101-11-RP-0037.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=167022&FileName=VA-101-11-RP-0037-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=167022&FileName=VA-101-11-RP-0037-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Willamette National Cemetery;11800 SE Mt. Scott Boulevard;Portland, Oregon
Zip Code: 97086-6937
 
Record
SN02345647-W 20101218/101216234300-f58f465cce16e1a1c68b750da938ff95 (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.