Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
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
 
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 |
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.