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