MODIFICATION
C -- Los Angeles National Cemetery - Columbarium Expansion and Cemetery Improvements
- Notice Date
- 9/28/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B1);811 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-101-09-RI-0228
- Response Due
- 10/6/2009
- Archive Date
- 1/13/2010
- Point of Contact
- GREGORY SABATERContracting Officer (202)461-8273
- E-Mail Address
-
GREGORY SABATER
(Gregory.M.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 (A/E) firms certified in the following categories: 1. Service Disabled Veteran Owned Small Business (SDVOSB), 2. Veteran Owned Small Business (VOSB), 3. 8(a), 4. HUB Zone, 5. Woman Owned Small Business (WOSB), and/or 6. Small Disadvantaged Business (SDB) for the Los Angeles National Cemetery - Columbarium Expansion and Cemetery Improvements project. The A/E firm must be classified as 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. Probable Scope: Due to a pending intra-agency management shift of property authority from the Veterans Health Administration to the National Cemetery Administration, develop a new master plan to reflect approximately 20 additional acres adjacent to the existing cemetery. In addition, this project will develop 15 acres for approximately 10,000 columbaria niches. This project will also accomplish infrastructure improvements to the existing Cemetery as identified in the Study on Improvements to Veterans Cemeteries. Other elements to be addressed in this project include: Demolition of existing buildings and utilities; memorial wall(s); Entrance Wall complex, Fountain area improvements, Security improvements, Access Roads, Grading, Drainage, and Planting, Irrigation System expansion, Signage and Site Furnishings, 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. Once a thorough analysis of the users and the cemeterys needs has been completed, the scope and method of meeting those needs may change and require a different approach. The 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 governments estimated cost for construction. The schematics and design development will include all appropriate architectural and engineering disciplines and a firm estimate of construction cost. A possible solicitation will include a government option for: design-build Request For Proposal (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. A/E firms must be of sufficient size and have experience to accomplish the work and be licensed in the State of California. Applicants must have an established working office within the State of California. If your A/E firm can meet the criteria above, provide the following information: 1. NAICS CODE, 2. SIZE STANDARD FOR SMALL BUSINESS and 3. A DETAILED DESCRIPTION (INCLUDING SIZE, SCOPE and DOLLAR VALUE) OF THE FIRMS EXPERIENCE IN DESIGNING CEMETERIES OR PROJECTS OF A SIMILAR SIZE AND SCOPE. Please forward the information attached to an email to Gregory.M.Sabater@va.gov with the subject line, LOS ANGELES (insert company name) with the name and address of your firm, DUNS number, name and telephone number of your representative. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this request for information Sources Sought announcement. Additional Info: http://www.cem.va.gov/cems/nchp/losangeles.asp
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA-101-09-RI-0228/listing.html)
- Place of Performance
- Address: LOS ANGELES NATIONAL CEMETERY;950 South Sepulveda Boulevard;Los Angeles, California
- Zip Code: 90049-3456
- Zip Code: 90049-3456
- Record
- SN01973700-W 20090930/090929001057-06f280f153b16603feb58b704fc29e71 (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 |