|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1997 PSA#1793VA Medical Center, Contracting Officer (90C), 4100 West Third Street,
Dayton, OH 45428 P -- CONTRACTS FOR ARCHITECTURAL/ENGINEERING SERVICES SOL RFP
552-20-97 DUE 032897 POC Contact Point: Nan Allen, Procurement Clerk,
Donna Robinson, Procurement Clerk -- 937-267-3993; Contracting Officer
-- Christopher E. Yancey- 937-267-3994; Contracting Officer -- Kathy
Laffey-Miller 937-262-2138. Department of Veterans Affairs Medical
Center, Dayton OH anticipates issuing three contracts for
Architectural/Engineering Services during the current fiscal year. A
task order contract will be negotiated for each of the following
categories Mechanical Services; Electrical Engineering Services and
Industrial Hygiene Design services. The purpose of each contract will
be to provide professional services necessary for the design of various
in-house projects at this medical center. For each project/task
initiated under the resulting contracts, the A/E may be required to
furnish architectural design services for reports, planning, and
programming studies, investigations, site selection, design concepts,
tentative design, working drawings and specifications, construction
period services, site visits, and review of shop drawings, samples,
equipment, data, and related documents. Total cost of each contract
shall not exceed $300,000. Contract period shall consist of a base year
and a one year option. Projects will be directed by individual task
orders issued under the basic task order contracts. Individual task
orders shall not exceed $50,000. Please be advised this is not a
request for proposal as solicitation documents are not available. Firms
within a 100 mile radius of Dayton, Ohio are encouraged to submit
Standard Forms 254 and 255 by close of business 3/28/97. Selection in
each category will be based on (1) Team proposed for this project --
Background of the personnel, i.e., Project manager, other key
personnel, and consultant(s); (2) Proposed Management Plan -- Team
organization, i.e., design phase and construction phase; (3) Previous
experience of team proposed for this project -- Describe projects; (4)
Location and facilities of working office(s), i.e., Prime firm, and
Consultant(s); (5) Present Proposed design approach for this project --
i.e., Describe proposed design philosophy, what problems do you
anticipate and how do you propose to solve them?, Describe possible
energy applications, and Describe innovative approaches in production
and design; (6) Cost Control -- What control techniques are planned?,
Who will be responsible for cost control?, and Review recent projects
to demonstrate ability to meet project cost target and any additional
construction costs caused by design deficiencies ional construction
ional construction -- not program changes; (7) Estimating Effectiveness
-- Review ten most recently bid projects to demonstrate estimating
effectiveness; (8) Schedule Control -- What techniques are planned to
assure that schedule will be met?, Who will be responsible to assure
that schedule will be met?, and Review recent projects to demonstrate
ability to meet project schedules; (9) Describe Your 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, andOther
Computer Applications; and Miscellaneous -- Describe awards received
for design excellence, Describe circumstance and outcome of any
litigation you have been involved in over the last five years, and
Indicate type and amount of liability insurance you carry. (10)Location
within a 100 mile radius of Dayton, Ohio. Small business firms are
encouraged to participate. SIC code 8712 applies. Interested parties
may also contact this office via fax (937) 262-2183. (0057) Loren Data Corp. http://www.ld.com (SYN# 0082 19970303\P-0001.SOL)
P - Salvage Services Index Page
|
|