SOURCES SOUGHT
C -- Tahoma National Cemetery Gravesite Expansion
- Notice Date
- 5/31/2009
- Notice Type
- Sources Sought
- 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, 811 VERMONT AVE., NW;WASHINGTON, DC
- ZIP Code
- 00000
- Solicitation Number
- VA-101-09-RI-0174
- Response Due
- 6/15/2009
- Archive Date
- 8/14/2009
- Point of Contact
- GREGORY SABATERgregory.sabater@va.gov<br />
- E-Mail Address
-
Senior Contracting Officer
(gregory.sabater@va.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 Tahoma National Cemetery, Gravesite Development. The AE firm must be approved under 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, Natural Resources Specialist, Water Management/Irrigation specialist, Cost Estimator, and Architect. Probable Scope: The Phase 2 Gravesite Development and Cemetery Improvements project, of roughly 15-acres of undeveloped land, and roughly 5 acres of developed area, will yield a total of approximately 27,000 gravesites including both full-casket and cremain sites. The project will also incorporate improvements in the existing cemetery needed to support completion of the undeveloped area. This project will also accomplish infrastructure improvements to the existing Cemetery as identified in the Study on Improvements to Veterans Cemeteries. This project will provide for sufficient burial capacity until the year 2026 and provide for the following elements and features: New Interment Areas (Burial Sections) which will utilize traditional full casket gravesites, pre-placed crypts, columbaria niches and in ground cremain sites, to meet the total number of gravesites needed. In addition, full size casket pre-placed crypts will be installed at various locations within the existing Phase 1 development area. Other elements to be addressed in this project include: Access Roads, Grading, Drainage, and Planting, Irrigation System expansion, Signage and Site Furnishings, Memorial Wall, Wetland Preservation and Mitigation, Global Positioning System (GPS) Site Integration. Incorporate Green Building Principles and Renewable Energy Initiatives. The completed project should be capable of achieving LEED equivalency. 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, 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 will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. The contract will include a government option for: design-build 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. Applicants must have an established working office within 150 mile radius of the Tahoma, WA area, be of sufficient size and experience to accomplish the work and be licensed in the State of Washington. Preference will be given to firms with working offices in the State of Washington. If your firm can meets the criteria above and has 1) NAICS code; 2) size standard for small business, 3) experience in designing cemeteries or projects of a similar size and scope), please forward an email to gregory.sabater@va.gov with the subject line Tahoma (insert company name) with the name and address of your firm, DUNS number, 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 INFORMAITON IN FEDBIZOPPS. TELEPHONE INQUIRIES WILL NOT BE RETURNED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA-101-09-RI-0174/listing.html)
- Place of Performance
- Address: TAHOMA NATIONAL CEMETERY;KENT, WA<br />
- Zip Code: 98042<br />
- Zip Code: 98042<br />
- Record
- SN01831872-W 20090602/090531233029-e41dcf80419b2951192a58997f97e5d8 (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 |