SOLICITATION NOTICE
C -- A/E Services for Jefferson Barracks National Cemetery - Gravesite Development and Cemetery Improvements, Phase 1 and Phase 5 ST. LOUIS, MISSOURI
- Notice Date
- 11/6/2008
- Notice Type
- Presolicitation
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- Department of Veterans Affairs, VA Office of Construction & Facilities Management, Department of Veterans Affairs Office of Facilities Management, Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-101-09-RP-0020
- Response Due
- 12/5/2008
- Archive Date
- 2/3/2009
- Point of Contact
- Dan Reilly, 202-461-8934Robert L. Capers Jr., 202-461-8484<br />
- Small Business Set-Aside
- N/A
- Description
- Jefferson Barracks National Cemetery - Gravesite Development and Cemetery Improvements, Phase I and Phase 5, in St. Louis, Missouri 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, Geotechnical Engineer, Natural Resources Specialist, Water Management/Irrigation specialist, Cost Estimator, and Architect. Probable Scope: In accordance with the master plan that was prepared for the entire cemetery property, this project is the first construction phase (Phase I) of a Major initiative which will consolidate the outpatient functions of the St. Louis, Jefferson Barracks Medical Center to a single location, relocate the National Cemetery Administration administrative operations, replace outlying buildings; and ultimately provide 31 acres for Jefferson Barracks National Cemetery expansion, after the completion of Phase V. Copies of the Master Plan and all associated documents will be provided to the A/E selected for this project. Total development area for Phase I, to be accomplished in two distinct phases, IA and IB, will encompass approximately 13 acres and will be designed 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. The design will culminate in the preparation of contract documents and construction specifications to be used for competitive bidding purposes. This land is the first area available for expansion without impact to the Medical Center or its future construction Phases 2, 3 and 4, which are not part of Phase I or Phase V of the National Cemetery projects. Completion of this phase will allow the cemetery to continue operations while the remaining construction phases of the Medical Centers project are executed. At the discretion of VA, Phase V may be included as part of the scope of this design effort at a later date, and will develop the remaining 18 acres for additional gravesites after completion of the Medical Centers construction activities (Phase 2, 3 and 4). The Phase IA project will demolish three buildings, develop approximately 10 acres located on a portion of the additional 31acres (which does not impact the St. Louis, Jefferson Barracks Medical Center operations or the Medical Centers construction activities), provide roughly 8,250 pre-placed concrete crypts, including access roads, landscaping, irrigation, fencing, site utilities and site furnishings per National Cemetery Administration Design and Operational Standards. Completion of this phase will allow the cemetery to continue operations while the remaining Medical Center construction Phases 2, 3 and 4 are executed. Phase IB of this project must be closely coordinated with the Medical Centers Phase 2 construction activities. After the relocation of the Medical Center power substation, primary electrical service and central HVAC plant is completed in the Medical Centers Phase 2, approximately 3 acres will be available for development which will provide approximately 2,113 pre-placed concrete crypts, including; access roads, landscaping, irrigation, fencing, site utilities and site furnishings and thus completes Phase 1. Of primary concern is the Medical Centers Phase 2 construction work which is planned to take place simultaneously with the Phase I National Cemetery project. Phase V will commence after all Medical Center construction activities are completed and will develop the remaining approximate18 acres, provide about 13,314 pre-placed concrete crypts, four columbarium sites totaling roughly 9,100 niches and one committal shelter including; access roads, landscaping, irrigation, fencing, site utilities and site furnishings The completed project should be capable of achieving LEED equivalency. 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 governments cost for construction. The schematics and design development of Phases IA and IB will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. In addition, schematics and design development of Phase V, along with the construction documents and construction period services for Phases IA, IB and V 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. All design documents must be compatible with VA-CAD format so phasing can be coordinated with the multi-phase Medical Center portion of this project. Applicants must have an established working office within 150 mile radius of the St. Louis, Missouri area, be of sufficient size and experience to accomplish the work and be licensed in the State of Missouri. Preference will be given to firms with working offices in the State of Missouri. 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 VA Cost Estimating and A/E Evaluation Service (00CFM1B, Attention: Robert T. Smoot, 810 Vermont Avenue, NW, Washington, DC 20420, five (5) copies are required within 30 days of the date of this advertisement. 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. 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 applicants 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 is not a request for a proposal. If subcontracting opportunities exist and the submitting firm is not a small business, the small, small disadvantaged and women-owned business contracting goals will be: 28.7% (SB), 5% (SDB), 5% (WOSB), 3% (HUB Zone), 10% (VOSB), and 7% (SDVOSB). Note: The covenant against contingent fee clause is applicable to this pre-solicitation. *** POC Scope: Dan Reilly, 202-461-8934 Selection Process: Robert T. Smoot, 202-461-4181
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b54ce29ddccad484478e7b57544e1e57&tab=core&_cview=1)
- Place of Performance
- Address: Jefferson Barracks National Cemetery;ST. Louis, MO<br />
- Zip Code: 63125<br />
- Zip Code: 63125<br />
- Record
- SN01701872-W 20081108/081106215254-b54ce29ddccad484478e7b57544e1e57 (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 |