Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1998 PSA#2093

Contracting Officer (90C), Department of Veterans Affairs, North Texas Health Care System, 4500 South Lancaster Road, Dallas, TX 75216

C -- INFRASTRUCTURE UPGRADE BLDG. 1, PROJECT #549-209 SOL RFP 549-92-98 DUE 061198 POC Joyce Cadwell, Contracting Officer, PH: 214-302-7535 Provide A/E Services for Project #549-209, Infrastructure Upgrade, Bldg. 1, at the VA North TX Health Care System Dallas Facility. Investigative, design and construction period services will be provided for the addition of an attached multi-story service bay to Building 1 and a secondary means of fire & safety exit/egress from Building 1, 5th floor. Building 1 consists of a 1939 era, 6 story, 71,000 sf brick and concrete structure. Design will be reviewed by the VA with comments and design input (historical requirements only) by the Texas Historical Commission. Building 1 currently supports the Medical Center's Mental Health Programs. The structure is in need of, and sited for future total renovation. Existing systems (Mechanical, Plumbing & Electrical) are totally inadequate to support current patient or administrative requirements. Telephone/data risers have been recently updated and will not require location within project space. Work will include, but is not limited to architectural, structural, mechanical, electrical, plumbing (MEP) and certain environmental elements. In addition to registered professional architects and engineers, the project design team shall include a Certified Industrial Hygienist and Registered Fire Protection Engineer. CIH and RFPE may function as consultants. Certified Industrial Hygienist shall insure that all required asbestos design and abatement procedures along with all other environmental conditions which might impact design /construction (i.e. Underground Fuel Storage Tanks, UFST) are incorporated in construction documents. RFPE shall be responsible for design review and certification of all fire and safety design elements. For purposes of continuity with existing station wide system, fire alarm system design shall be designed based on the existing Cerberus Pyrotronics master fire alarm system and in consultation with Cerberus Pyrotronics Inc. design personnel. A/E shall possess a working knowledge of VA standard specifications and design criteria. Design shall be completed in within 180 calendar days after negotiated start date, excluding governmental review time. Construction cost range is between $1 and $2 million. Award is subject to the availability of funds. A pre-proposal site visit will be required of the selected A/E and consultants to familiarize them with the existing area and project expectations. Drawings are to be produced on AutoCAD version 13 for Windows NT and are to be dimensioned in both English and metric. Specifications are to be produced in Microsoft Word 97 for Windows NT. Construction period services are to include submittal / shop drawing review, RFI's, Change Order Proposal review, IH monitoring and reporting of asbestos abatement (if required), UFST or other project environmental impact monitoring (if required), 6 general site visits (if required) and as-built drawings. Firms must meet minimum requirements before evaluation criteria will be applied. Minimum requirements are stated herein and are repeated here for emphasis: MEP, RFPE, CIH, Cerberus Pyrotronics as consultant; working knowledge of VA standards and specs; hospital experience and located in Texas. Upon meeting the minimum requirements, A/E selection will be based on the following criteria and maximum point values are shown to reflect relative importance: 1) Past performance which exhibits specialized experience and technical competence in work to be performed, maximum 50 points; 2) Past performance which exhibits ability to design within budgeted cost limitation and prepare accurate and highly detailed construction cost estimates, max 50 points; 3) Past performance and current work status which exhibits capacity to accomplish work in the required time, max 50 pts; 4) Past performance and current methodology pertaining to quality control methods used to ensure technical accuracy of work, max 50 pts; 5) Professional qualifications of staff and consultants, max 50 pts; 6) Past performance which demonstrates use of recovered materials and energy efficiency, max 40 pts; 7) Experience andcapabilities using CADD, max 25 pts; 8) Location of prime A/E and consultants, max 25 pts. In accordance with P.L. 600-656, this acquisition is NOT restricted to small or emerging-small businesses. Standard Industrial Code 8711, Engineering Services, applies to this acquisition and the small business size determination is NTE $2.5 million in average annual receipts over the preceding three fiscal years. A/E firms, which meet the requirements of this announcement, are invited to submit (1) Standard Form 254, Architect-Engineer and Related Services Questionnaire, and (2) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, IN FIVE COPIES. Submission should be marked Attn: Joyce Cadwell (90C) at the above address, and are due by 4:30 p.m. local time, 6/11/98. This is not a request for proposals. (0128)

Loren Data Corp. http://www.ld.com (SYN# 0020 19980512\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page