Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286

Department of Veterans Affairs Medical Center, Contracting Officer (90C), 4100 West Third Street, Dayton, OH 45428

C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN AND ENGINEERING SERVICES UNDER A FIRM FIXED PRICE CONTRACT, PRIME CARE ADDITION, DAYTON VETERANS AFFAIRS MEDICAL CENTER, 4100 WEST THIRD STREET, DAYTON, OH 45428 SOL Project 552-305 DUE 040999 POC Contact Nancy J. Allen, Purchasing Agent, (937) 267-3993 or Donna K. Schwartz, Contracting Officer, (937) 262-2138 E-MAIL: Donna.Schwartz@med.va.gov, Donna.Schwartz@med.va.gov. 17. Architectural-Engineering Services are required to provide complete design and engineering services, including all necessary schematics, design development, cost estimate, and construction drawings and specification, to construct a new one story Prime Care Addition on the campus of the Dayton Veterans Affairs Medical Center, 4100 West Third Street, Dayton, OH 45428. The building, approximately 24,000 gross square feet, will be utilized for outpatient care. The building will be connected to the south side of existing Building 310 in such a way as to allow passage in between (drawing available through contacts). The internal space shall include at least the following areas: patient waiting, public restrooms, patient examination rooms, physician offices, blood specimen collection room, staff lounge, conference room, staff restrooms, utility closets, etc. Exact layout and functions for the building will be determined through meetings with VA staff throughout the design process. All necessary building utilities will be connected to existing utilities on the campus. Many of these (water, medical air, oxygen, vacuum, HVAC, steam) will be connected to existing services in Building 310. Electric services will come from an existing transformer located on the West Side of Building 307. Design services shall also be necessary for rework of existing roadways, which are located on the building site. Roads will need to be routed so that patient drop-off at the front door of the main hospital (Building 330) is still accessible. Existing site utilities which are located underground at the building site will need to be relocated or abandoned as necessary. Utilities to be relocated may include electric, communications, steam, water and/or sewer. The schematics, design development and construction document shall be developed in accordance with the following listed Department of Veterans Affairs References: (1) Program Guide PG-08-15, Volume C, A/E Submission Instruction Schematics, Design Development and Construction Documents (2) Handbook 7610, Planning Criteria for VA Facilities (3) Program Guide PG-08-01, Master Construction Specifications (4) Handbook H-08-3, Construction Standards (5) Program Guide PG-08-4, Standard Details (6) Design Manuals PG-08-10, Design Manuals by Discipline (7) Handbook PG-08-14, Room Finishes, Door and Hardware Schedule (8) VAMC's Unique Design Requirement/Needs -- will be provided at negotiation session. Construction Period Services shall include the review of all submittals, a final inspection, and on-site presence at construction update meetings (weekly). Design completion time is 180 days. Construction Cost Range is $2M to $5M. The Standard Industrial Classification (SIC) Code is 8712. The small business size standard is $2.5M. This project is issued under the Small Business Competitiveness Demonstration Program and is unrestricted. Firms will be evaluated upon the following criteria. Criteria numbers one and two are of equal importance, and the other criteria are shown in descending orderof importance. (1) Professional qualifications necessary for satisfactory performance of required services including professional registration of members of the firm and outside consultants (2) Specialized experience and technical competence of the team proposed for this project (including outside consultants) in related areas of the type of work required -- new design of structure (3) Capacity to accomplish the work in the required time (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (describe the process and qualifications of key persons responsible). This list of previous contracts should include the name and phone number of the person who was the point of contact representing the Government or private industry for each contract (5) Location in the general geographical area of the project (200 mile radius) and knowledge of the locality of project; provided, that application of this criterion leaves an appropriate number of qualified firms. Architect-engineer firms which meet the requirements describe in this announcement are invited to submit completed SF254, Architect-Engineer and Related Services Questionnaire (unless already on file and less than 12 months old) and SF255, Architect-Engineer and Related Services Questionnaire for Specific Project (required for this project). All information relating to the firm's qualifications must be contained in these Standard Forms. Inclusion by reference to other materials is not acceptable. The Standard Form 255 is limited to the eleven pages of the form itself plus five additional pages of information concerning the firm's qualifications related to this specific project. Firms responding to this announcement NLT 4:30 PM, EST, 04-09-99 will be considered. SEE Note 24. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Posted 02/17/99 (W-SN299307). (0048)

Loren Data Corp. http://www.ld.com (SYN# 0044 19990219\C-0017.SOL)


C - Architect and Engineering Services - Construction Index Page