|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1999 PSA#2499Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 C -- RENOVATE WARDS 4A,2D1 & 2D2 SOL 672-702 DUE 011100 POC Mrs Myrna
Bermudez 787-641-8379 E-MAIL: click here to contact the contracting
officer via, myrna.bermudez@med.va.gov. The Department of Veterans
Affairs, VA Medical Center (VAMC), 10 Casia Street, San Juan, Puerto
Rico 00921-3201 is soliciting for the services of an Architect Engineer
(A/E) firm to include but not limited to preparation of design, plans,
specifications, estimates, record drawings, reports, surveys and
construction inspections in the design and renovation of hospital
projects. The A/E is to verify as-built drawings and develop
construction schedule based on the block area drawings and/or design
program provided by the VAMC and provide necessary construction period
services for the project titled "RENOVATE WARDS 4A, 2D1, & 2D2"
PROJECT N0.: 672-702 to renovate wards 4A in the fourth floor and 2D1
and 2D2 in the second floor of building #1. The project will include
the re-design of two second floor Psychiatric Wards to be converted
from a 30-bed Psychiatric Ward to a 24-bed Medical Ward. The project
also includes the renovation of the fourth floor ward 4A to upgrade it
to current standards. The A/E design work shall include the design of
architectural, civil, electrical, plumbing, mechanical and interior
design work. Mechanical design shall include a new air conditioning
system following the A/C Master Plan to be provided by VA. Design work
shall be made in accordance with current VA design guides, standards
and requirements, ADA, NFPA, ASHRAE, local and federal codes. The A/E
shall develop Conceptual Drawings, Schematic Drawings, Design
Development, and the Construction Documents (drawings and
specifications) as per requirements of the VA Handbook H-08-15, Volume
C. The A/E selection criteria will include the following elements (a)
through (m), in addition to the selection criteria in Note 24 of the
CBD (not necessarily listed in order of importance or merit): (a)
Professional qualifications of the team proposed for this project
necessary for satisfactory performance of required services; (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 the design and
construction phases; (e) Proposed design approach for this project.
Describe design philosophy, any problems anticipated 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 to 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; (1) 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 in within the last five years.
Indicate type and amount of liability insurance. Estimated construction
cost is $2,000,000.00 to 3,000,000.00. The successful A/E firm must
establish a field office within commuting distance of the DVA Medical
Center, One Veterans Plaza, San Juan, Puerto Rico. This is not a
request for proposal. All firms meeting or exceeding the stated
requirements described in this announcement by submitting current
SF-254's and SF-255's to the issuing office of this procurement. All
requests for information should be in writing and faxed to my
attention, Mrs. Myrna Bermudez, at (787) 641-8364. This procurement is
subject to the availability of funds. See NOTE #24. Posted 12/16/99
(W-SN409230). (0350) Loren Data Corp. http://www.ld.com (SYN# 0016 19991220\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|