SOLICITATION NOTICE
C -- Indiantown Gap National Cemetery - Gravesite Development and Cemetery Improvements in Annville, Pennsylvania
- Notice Date
- 9/22/2009
- Notice Type
- Presolicitation
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management;810 Vermont Avenue, NW (00CFM3B1);Washington, D.C. 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-101-09-RP-0229
- Response Due
- 10/21/2009
- Archive Date
- 1/28/2010
- Point of Contact
- GREGORY SABATERContracting Officer (202) 461-8273
- E-Mail Address
-
GREGORY SABATER
(Gregory.M.Sabater@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Indiantown Gap National Cemetery - Gravesite Development and Cemetery Improvements inAnnville, Pennsylvania The Department of Veterans Affairs, Office of Construction and Facilities Management has Set-Aside for Small Business 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, Natural Resources Specialist, Water Management/Irrigation specialist, Cost Estimator, and Architect. This procurement for an A/E firm is a 100% Small Business Set-Aside. Probable Scope: In accordance with the master plan for the entire cemetery, the Phase 4 Gravesite Development and Cemetery Improvements project, of roughly 20-acres of undeveloped land, will yield a total of approximately 15,000 gravesites including both full-casket and cremain sites. Since this is an existing cemetery, the project will incorporate infrastructure improvements needed to support this phase of development. 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) will contain approximately 7,500 full casket gravesites, including around 7,500 pre-placed crypts and approximately 7,500 columbaria niches. Other elements to be addressed in this project include: improvements to three (3) committal shelters; a memorial wall; correction of drainage issues in existing burial areas; infrastructure repairs and upgrades as identified in the Study on Improvements to Veterans Cemeteries. In addition to gravesite development, the project will include access roads and parking; an energy-efficient irrigation system in the new development area and upgrades and corrections to the existing system including improvements to the water supply and storage system. In keeping with the National Cemetery Administrations National Shrine Commitment, the project will construct a new upgraded entrance to the cemetery including appropriate signage; improvements to the existing road system including guardrails, curb and gutter; replacement of site furnishings; upgrades and corrections to the administration and maintenance buildings for handicapped access and improved functionality including a room for volunteers providing military honors; wetland preservation and mitigation; leadership in energy and environmental design (LEED) improvements in buildings; potential renewable energy; and global positioning system (GPS) site integration. 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 construction documents and construction period services 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. Applicants must have an established working office within a 150 mile radius of the Annville, Pennsylvania, be of sufficient size and have experience to accomplish the work and be licensed in the State of Pennsylvania. Preference will be given to firms with working offices in the State of Pennsylvania. 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 Office of Construction and Facilities Management (Attention: Robert Capers, 810 Vermont Avenue, NW (00CFM3B1), Washington, DC 20420, five (5) copies are required on or before 2:00PM, October 21, 2009. 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 PROPOSAL. Additional Info: http://www.cem.va.gov/cems/nchp/indiantowngap.asp
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA-101-09-RP-0229/listing.html)
- Place of Performance
- Address: INDIANTOWN GAP NATIONAL CEMETERY;Rural Road 2, Box 484, Indiantown Gap Road;Annville, Pennsylvania
- Zip Code: 17003-9618
- Zip Code: 17003-9618
- Record
- SN01964844-W 20090924/090923000457-43f7f0cd6056ac4520b96243f5a2cedb (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 |