SOURCES SOUGHT
C -- OUTPATIENT ADDITION (OPA) MAIN LOBBY AND ER VESTIBULES AC IMPROVEMENTS
- Notice Date
- 2/25/2003
- Notice Type
- Sources Sought
- Contracting Office
- Attn: Department of Veterans Affairs Medical Center, Business Office, Contracting Section (672/BO-3), #10 Calle Casia, San Juan, Puerto Rico 00921-3201
- ZIP Code
- 00921-3201
- Solicitation Number
- 672-348-03
- Point of Contact
- Point of Contact - Elisa Cruz, Senior Contracting Officer, (787) 641-2948, Contracting Officer - Rey F. Clemente, Contract Specialist, (787) 641-2955
- E-Mail Address
-
Email your questions to Rey F. Clemente
(rey.clemente@med.va.gov)
- Description
- A/E Services: Outpatient Addition (OPA) Main Lobby and ER Vestibules AC Improvements for VA Medical Center, San Juan, Puerto Rico, Sol. No. 672-348-03. Solicitation Due: March 7, 2003 at the VA Medical Center, Contracting Office, 10 Casia Street, San Juan, Puerto Rico 00921-3201. Description: This requirement is being procured in accordance with FAR Part 36: Construction and Architect-Engineer Contracts and FAR Part 19, Subpart 19.5 Set-Asides for Small Business. (This solicitation is restricted to small and small disadvantaged business firms.) An award will be made in accordance with FAR Part 15: Contracting by Negotiation. The A/E is to provide architecture and engineering services to determine the cause and correct the water condensation dripping from the acoustical ceiling supply diffusers at the OPA Main Lobby Entrance and the Emergency Room Entrance corridors. The A/E shall evaluate the existing A/C and exhaust ductwork, diffusers, reheat coils, thermostats, volume dampers, fire/smoke dampers, etc. and shall specify the replacement of such A/C system appurtenances as necessary. All necessary as-built, airflow, controls and air pressurization drawings and specifications incorporated into the drawings are to be developed by the A/E. The A/E shall determine if the work requires duct repairs and air redistribution accordingly. The design shall require the operational improvements of the existing air conditioning system, ventilation system, exhaust fan system and double glass doors as well as all utility systems required to support these areas including architectural, civil, electrical, communication system, fire, plumbing and mechanical. The project includes alteration of the existing areas and design of the following systems: acoustical ceiling tiles system, grid frame system, vinyl floor tiles, gypsum board walls, fire, mechanical, A/C, plumbing and lighting system as required. The A/E Selection criteria will include the following elements (not necessarily listed in order of importance or merit): [a] Professional personnel of the team proposed for this project; [b] Specialized experience and technical competence in the type of work required; [c] Specific previous experience and qualifications of personnel proposed for this project, including project description; [d] Proposed management plan and team organization during design and construction phases; [e] Proposed design approach for this project. Describe design philosophy, any anticipated problems to accomplish work, how to solve them and innovative approaches in production and design; [f] Cost control to include what techniques to be utilized, and who is responsible. Discuss recent projects to demonstrate ability to meet project cost target; [g] Estimating effectiveness. Review the five most recently bid projects demonstrate estimating effectiveness; [h] Schedule control to include techniques utilized to assure schedules will be met, who is responsible for them and discuss recent projects to demonstrate ability to meet project schedules; [i] Geographic locations and facilities of working office of prime and all consultants/subcontractors; [j] Capacity to accomplish work in the required time; [k] Past performance on Government and private industry contracts to show cost control, quality of work and compliance with performance schedules; [l] Describe experience and capabilities in the following areas: Value Engineering, Life Cycle Cost Analysis (LCCA), Critical Path Method, Fast-Track Construction, Energy Conservation, New Energy Resources, Environmental Assessment, Specialized Experience, Computer Aided Design and Drafting (CADD), and other computer applications; [m] Describe awards received for excellence. Describe litigation the firm has been involved within the last five years. Indicate the type and amount of liability insurance. This is not a request for proposal. All firms meeting or exceeding the requirements described in this announcement are invited to submit: (1) a Standard Form 254 titled Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255 titled Architect-Engineer and Related Services Questionnaire for Specific Project to the issuing office of this solicitation. Estimating construction cost is between $100,000 and $250,000. Award of a contract is dependent upon the availability of funds. All requests for information should be in writing and faxed to the San Juan, PR VAMC Contracting Office, to the attention of Ms. Myrna Bermudez, Contract Specialist at (787) 641-8364.
- Web Link
-
Draft RFP 672-348-03
(http://www.bos.oamm.va.gov/solicitation?number=672-348-03)
- Record
- SN00264910-W 20030227/030225213257 (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 |