|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1995 PSA#1487VA MEDICAL CENTER, Contracting Officer (90C), 3601 South Sixth Avenue,
Tucson, AZ 85723 C -- A/E SERVICES TO CORRECT FIRE SAFETY DEFICIENCIES, BUILDING 38 SOL
RFP 678-07-96 DUE 011296 POC Contact Point, Pam Hayes, (520)629-4611,
Contracting Officer, Pam Hayes, (520)629-4611 Provide Engineering
Services to complete building survey, construction documents and
selected construction management services for Project 678-96-101,
Correct Fire Safety Deficiencies, Building 38, at the Tucson VA Medical
Center. Develop record drawings of existing fire safety features and
complete an inventory of deficiencies, evaluate any cost-saving
equivalency options, survey the building for presumed
asbestos-containing material in the path of necesary construction,
prepare a preliminary report, construct documents, develop complete
phasing plans and an estimated construction schedule, attend pre-bid
and pre-construction conferences, provide Industrial Hygiene services
during construction (if needed), perform periodic site visits to
inspect construction, review contractor submittals for contract
compliance, perform a final construction inspection, and complete
record documents of construction. Building 38 is a 4-story structure
with basement and 3 levels above grade. It was constructed in 1957 and
contains approximately 89,000 gross square feet. The estimated design
start date is February 1996. The estimated completion date is June
1996. Estimated construction cost range is between $250,000 and
$500,000. Selection criteria will include (in order of importance): 1)
Recent experience of principal designers in completeing equivalency
studies, systems anlysis, architectural detailing, and specifying fire
protection systems and assemblies. 2) Ability of on-site investigators
to accurately identify fire safety code deficiences (NFPA 101, 13, 90A,
72) in architectural, fire protection, HVAC, and fire detection
systems. 3) Ability of A/E firm to provide site investigation and
engineering design and construction period services at a reasonable
fee. 4) Ability of estimators to provide accurate construction cost
estimates that account for special construction phasing requirements.
5) Ability of principal designer/project manager to evaluate and detail
construction phasing requirements and to complete estimated
construction schedules from design documents. 6) Rcent past performance
on projects with government agencies and private industry in terms of
cost control, quality of work and compliance with performance
schedules. Those firms with the requirements described in this
annoucement and wish to be considered, must submit one copy each of a
SF 254 and a SF 255 for the firm and a SF 254 for each consultant
listed in block 6 of the firm's SF 255. One copy of the submittal
package is to be received in this office no later than 4:00p.m.,
Mountain Standard Time on January 12, 1996. Submittals received after
this date will not be considered Principals, project officers, and
engineers shall be registered or licensed in the USA. Personal
interviews may be conducted from the short-listed firms. Site visits
will not be arranged during the submittal period. See Note 24. This is
NOT a request for proposal. This procurement is set aside for small
emerging business (firms whose annual receipts for the last 3 years
averages to less than $1.25 million). (0341) Loren Data Corp. http://www.ld.com (SYN# 0023 19951208\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|