Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
DOCUMENT

C -- A/E Services - Western New York National Cemetery - Attachment

Notice Date
7/9/2013
 
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
VA10113I0150
 
Response Due
7/23/2013
 
Archive Date
10/21/2013
 
Point of Contact
Derek Underwood
 
E-Mail Address
Underwood2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
New National Cemetery- Western New York State 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 new National Cemetery in Western New York State. 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 in support of a Design Build Acquisition Strategy. Probable Scope: Assist VA in the design of a new National Cemetery in Western New York State including, but not limited to: surveying, soils investigations, and site topography. Following selection of a site by VA, prepare a Master Plan for the entire site, and schematic design and design development documentation for the Phase 1 build-out, approximately 50 acres, of that site. Included, but not limited to as part of the design will be: main entrance area, assembly area, full casket gravesites containing pre-placed crypts, columbarium, cremains sites, roadways, irrigation, utilities, landscaping, signage, committal service shelters, public information center and administration building, maintenance building complex, parking, and public restrooms. Also included will be temporary structures necessary to operationally support an early construction turn over, of a limited number of gravesites. Incorporate Green Building Principles and Renewable Energy Initiatives. The completed Phase 1 of the project shall be LEED silver certified and meet all Federal Energy and Sustainability mandates. 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 in the State of New York, be of sufficient size and experience to accomplish the work, and be licensed in the State of New York. If your firm can meet the criteria above, provide the following information: 1) NAICS code; 2) size standard for small business, and 3) a detailed description (including size, scope and dollar value) of the firm's experience in designing cemeteries or projects of a similar size and scope. Please forward the information attached to an email to derek.underwood2@va.gov with the subject line Western New York NC (insert company name) with the name and address of your firm, DUNS number, and name and phone number of a point of contact in case further information is needed. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Announcement. You are required to E-mail your responses to Derek Underwood at derekunderwood2va.gov no later than 4:00 pm EDT on July 23, 2013. This date has been extended from the original deadline. 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: Office of Construction & Facilities Management (00C34) 425 I Street, NW, Room 6E505E Washington, D.C. 20001 Place of Performance: Western New York State US Point of Contact(s): Derek Underwood (Derek.underwood2@va.gov)(202) 632-5648 Contracting Officer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10113I0150/listing.html)
 
Document(s)
Attachment
 
File Name: VA101-13-I-0150 VA101-13-I-0150_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=858041&FileName=VA101-13-I-0150-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=858041&FileName=VA101-13-I-0150-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03111490-W 20130711/130709235613-c96e2a371558de3585182af7b1e16779 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.