SOURCES SOUGHT
C -- Fort Snelling National Cemetery, Expansion, Master Plan and Phase I Design Development, Minneapolis, MN
- Notice Date
- 10/23/2002
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs Office of Facilities Management, 810 Vermont Avenue, NW, Washington, District Of Columbia 20420
- ZIP Code
- 20420
- Solicitation Number
- 894CM2032
- Point of Contact
- Point of Contact - Robert Smoot, Director, A/E Evaluation and Program Support Team (181A), (202) 565-4181, Contracting Officer - Robert Smoot, Director, A/E Evaluation and Program Support Team (181A), (202) 565-4181
- E-Mail Address
-
Email your questions to Robert Smoot
(bob.smoot@hq.med.va.gov)
- Description
- POC Scope: David C. Starkie, 202-565-5904/Selection Process: Robert T. Smoot, 202-565-4181. Civil Engineering (NAICS 541330) or Landscape Architecture (NAICS 541320) firm to prepare a master plan and design development documents for a 140+ acres expansion of the existing Fort Snelling National Cemetery. The prime contractor should have licensed and or registered landscape architects as members of the firm or team, with experience in the master 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 or consultants to the firm or team, with demonstrable expertise in their respective fields: Cultural Resources, Geotechnical Engineering, Natural Resources, and Architecture. Scope: Prepare a master plan including, but not limited to renovations of the administration and maintenance buildings, public information building, new committal service shelters, columbarium, redesign of main entrance, roadways, burial areas, grading, drainage, landscaping, signage, site furnishings, irrigation, utilities, phasing, and environmental mitigation within a 140+ acre parcel of VA land. The master plan and design development will include all appropriate engineering and architectural disciplines and a firm estimate of construction cost. The contract will include a government option for contract document preparation and construction period services. In addition to design capabilities, emphasis will be placed on the estimating capabilities of the applicants. Applicants must have an established working office within a 100 mile radius of the site of sufficient size and experience to accomplish the work, and be licensed in the State of Minnesota. Preference will be given to firms with working offices in the State of Minnesota. This proposed acquisition is a 100% small business set-aside. No firm will be considered unless an application consisting of a completed SF 255 and other evidence of experience and capabilities the applicant considers relevant is received by the VA A/E Evaluation & Program Support Team (181A), Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, within 30 days of the date of this advertisement. A current SF 254, representing and differentiating between the personnel experience and capabilities of all involved offices must be included with the application together with current SF 254's for each proposed consultant's office involved. Applicants will be rated based on the relevant experience of the firm(s) and assigned individuals, their ability to do work of this scale and scope, record of past performance on VA and other Federal work, master planning, geographic consideration, and participation of small and disadvantaged businesses. Award of contract is dependent upon the availability of funds. This is not a request for a proposal. Note: The "covenant against continent fee" clause is applicable to this solicitation.***
- Web Link
-
RFP 894CM2032
(http://www.bos.oamm.va.gov/solicitation?number=894CM2032)
- Record
- SN00192461-W 20021025/021023213327 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |