SOLICITATION NOTICE
C -- LA National Cemetery - Columbarium Expansion and Cemetery Improvements
- Notice Date
- 10/29/2009
- Notice Type
- Presolicitation
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B1);810 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA-101-10-RP-0014
- Response Due
- 11/30/2009
- Archive Date
- 3/9/2010
- 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
- Los Angeles National Cemetery - Columbarium Expansion and Cemetery Improvements in Los Angeles, California 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: 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 have 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. 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 (00CFM3B1, Attention: Gregory Sabater, 810 Vermont Avenue, NW, Washington, DC 20420, five (5) copies are required on or before 2:00PM, November 30, 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. In addition, one (1) CD or DVD containing the complete SF 330 Part I and Part II in.pdf format is required. 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 ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA-101-10-RP-0014/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
- SN01994396-W 20091031/091029235002-6da23c6d2c2ad8aa9df1570124a99594 (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 |