Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 30, 2003 FBO #0547
SOURCES SOUGHT

C -- RENOVATION OF ELEVATOR CONTROL SYSTEM AT CHICAGO HEALTHCARE S= YSTEM (WEST SIDE DIVISION) CHICAGO, ILLINOIS

Notice Date
5/28/2003
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Great Lakes Health Care System= , Great Lakes Acquisition Center, 5000 West National Avenue, Bldg. No. 5, M= ilwaukee, Wisconsin 53295-0005
 
ZIP Code
53295-0005
 
Solicitation Number
537-03-901CAE
 
Response Due
6/30/2003
 
Point of Contact
Point of Contact - Ricky Bond, Contracting Officer, (414) 902-5412= , Contracting Officer - Ricky Bond, Contracting Officer, (414) 902-5412
 
E-Mail Address
Email your questions to Ricky Bond
(ricky.bond@med.va.gov)
 
Description
Provide professional architectural and engineering services for the =93Renovation of Elevator Control System=94, Project # 537-03-901C, at VA Chicago Health Care System - Westside Division, 820 South Damen Avenue, Chicago, Illinois 60612. Service includes: Design for the renovation of the elevators machine room=92s equipment and controls. 1. The purpose of this project is to renovate the elevators machine room=92s equipment and controls. There are a total of eight elevators: two of them are service elevators, and the remaining six are passenger elevators. 2. The scope of work includes, but is not limited to, the following: A. Removal of existing machine room equipment; B. Provide new machine room equipment, which includes: 1) Controller- microprocessor; 2) SCR drives with isolation transfer and choke system; 3) Selector, leveling unit, group system service; 4) New governors, cables, and replace hoist cables if required; and 5) Computer and keyboard for maintenance system; C. Reuse and rework existing gearless machines; D. New door operators; E. New main and auxiliary car operating stations in cab; F. New traveling cables and hoist way wiring; G) Upgrade cabs with new side and rear wall panels, car and hoist way lighting; H) New cab doors; I) New hoist way door equipment; J) New hall lanterns and push buttons; K) Upgrade all equipment to meet ADA and national elevator code; L) New phase one, phase two-fire service system; and M) Provide elevator recall system and interphase with fire alarm system. 3. The A/E shall also comply as follows: a) The design shall include all electrical, mechanical, and architectural trades. Also, the design shall include complete dimensional layout in plan and elevation showing the arrangement of equipment and elevator; b. All demolition work and new work must be identified clearly in developing working drawings; c. All design work shall be performed in accordance with National Elevator Code A17.1, NFPA, Local / City of Chicago Code, VA construction standards, and any other applicable code and guidelines; d. A title sheet with drawing index shall be provided; e. A detailed cost estimate, broken into labor and material, shall be provided on VA standard form 10-6238; f. The construction period services shall include all field problems, review, and approval of shop drawings and submittals. 4. The project construction has been estimated to cost between $1,500,000 to $ 2,500,000. Project completion is scheduled for Fiscal Year (FY) 04/05. 5. Area of consideration is restricted to 100 miles of VA Chicago Health Care System - Westside Division, 820 South Damen Avenue, Chicago. Illinois 60612. 6. Selection criteria will be based on: (1) Past performance on similar projects, maintaining project schedules and project budgets; (2) Overall engineering design experience and capability with architectural, mechanical and electrical renovation projects; (3) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized; (4) Knowledge in design and construction requirements; (5) Cost control effectiveness; (6) Location of offices supporting project; and (7) Ability to produce all plan documents on a CAD system fully compatible with Autocad. A/E firms that meet the requirements listed in this announcement are invited to submit two copies of Standard Form 254 and Standard Form 255 by June 30, 2003. NAICS Code 541310 applies. No bid packages are available. This is not a request for proposal. 7. If you have any questions, please contact Manzoor Ahmad at (312) 469-3276.
 
Web Link
RFP 537-03-901CAE
(http://www.bos.oamm.va.gov/solicitation?number=3D537-03-901CAE)
 
Record
SN00333310-W 20030530/030528213232 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.