Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
DOCUMENT

C -- Mountain Home National Cemetery Mountain Home, TN - Attachment

Notice Date
10/6/2011
 
Notice Type
Attachment
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B1);425 I St, NW Rm 6E411C;Washington DC 20001
 
ZIP Code
20001
 
Solicitation Number
VA10112I0002
 
Response Due
10/18/2011
 
Archive Date
12/17/2011
 
Point of Contact
Brian Johnson
 
E-Mail Address
johnson@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Phase 1 Development on New Land- Mountain Home, Tennessee 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 a Phase 1 Development on New Land project at the Mountain Home National Cemetery in the Mountain Home, Tennessee area. The AE firm must be approved under Landscape Architecture (NAICS 541320) or Civil Engineering (NAICS 541330) firm capable of preparing 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 15 acres on land transferred from VHA which is adjacent to the existing cemetery and will provide for about ten years of burial capacity. Development will consist of approximately 3,000 gravesites including 2,500 casket interments, 750 columbarium niches and 250 in-ground sites for cremated remains. The project will also include memorial walls to commemorate those whose remains are not available for interment. To optimize the use of available land for gravesites, the project will install pre-placed concrete crypts. In addition to the gravesite development, the construction includes access roads; an entrance area; flag/assembly area; two permanent committal shelters; an administration building/public information center with electronic gravesite locator and public restrooms; memorial walkway/donations area; maintenance complex; road system; utilities; signage; site furnishings; fencing; irrigation system as needed consistent with water-wise landscaping principles; utility distribution system; environmental (including historical and cultural resources) preservation and mitigation. GPS/GIS site integration are included in both the existing cemetery and new development scope. Demolition of structures within the existing cemetery is also included, 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 user's and the cemetery's needs has been completed, the scope and method of meeting those needs may change and require a different approach. 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 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 150 miles of Mountain Home, TN, be of sufficient size and experience to accomplish the work, and be licensed in the State of Tennessee. Finally, firms shall meet the requirements in FAR clause 52.219-14 Limitations on Subcontracting (DEC 1996). If your firm meets the criteria above please forward an email to brian.johnson@va.gov by 2:00 pm on October 18, 2011, with the subject line Mt. Home (insert company name) with the name and address of your firm, DUNS number, NAICS code; size standard and category (ies) for small business, experience in designing cemeteries or projects of a similar size and scope, how you will meet Limitations on Subcontracting requirements, 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. Contracting Office Address: 425 I Street., NW; WASHINGTON, DC 20001 Place of Performance: Mountain Home, TN US Point of Contact(s): Brian Johnson (brian.johnson@va.gov)202 632-5881
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10112I0002/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-12-I-0002 VA-101-12-I-0002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265066&FileName=VA-101-12-I-0002-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=265066&FileName=VA-101-12-I-0002-000.docx

 
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: Mountain Home, TN
Zip Code: 37684
 
Record
SN02603354-W 20111008/111006234117-0be53bcb09ba9e4f9719d105d34ba4f7 (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.