|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533Contracting Officer (90C), Department of Veterans Affairs, North Texas
Health Care System, 4500 South Lancaster Road, Dallas, TX 75216 C -- ELEVATOR RENOVATION, PHASE IV. SOL 549-64-2000 DUE 030300 POC
David L. Hill, (214) 857-0031 PROJECT #549-99-115, RENNOVATE ELEVATORS
PHASE 4 Provide A/E services including investigative, design and
construction period services, for replacement of elevator control
systems for four electric traction driven passenger elevators, and rear
door modification for two freight elevators. All elevators are located
at the VA North Texas Health Care System (VANTHCS), 4500 S. Lancaster
Rd., Dallas, Texas 75216. Two of the passenger elevators are located
in building two (2) and designated as elevator numbers 10 and 11. The
other two elevators are located in the research area, building
forty-three (43), and are designated as numbers 15 and 16. The freight
elevators are located in building two (2) and are designated as 5 and
6. For passenger elevators 10, 11, 15 and 16 the new system will match
previously designed and installed digital control system in use in
building one (1) on elevators 12, 13 and 14. The fire/smoke alarm and
sprinkler system must interface and be fully compatible with VANTHCS
existing Siemens Cerberous Pyrotronics fire protection system. For the
freight elevators the A/E shall evaluate for rear door installation
(doors to open on the first floor of the main elevator lobby) to
include proper safeties, controls, operators and associated panel
shields or other similar devices to prevent doors from opening on any
floor except for the first floor. Work will include completion of an
investigative report stating recommended modifications, priorities and
cost; complete design of digital controls and remote monitoring
systems matching previously designed system; certain cab and drive
component modifications; modification of certain architectural
elements; detailed and accurate cost estimate; specification of
warranty and extended service requirements, including identification
and frequency of maintenance task; evaluation of priorities based on
available construction funding, adequate project alternates assuring
contract award within established budget amounts; and construction
period services for submittal review and site visits for periodic
inspection of installation. The scope will cover design and
construction documents for replacement of elevator control systems for
elevators 10, 11, 15 and 16. A design for the rear door modifications
will be included for freight elevators 5 and 6. A/E will evaluate the
current usage for the elevators and determine the best exterior
finishes that will provide durability as well as be aesthetically
appealing. A/E will provide detailed fire and sprinkler system drawings
which when followed will ensure certifiable adherence to current NFPA,
City of Dallas, and VA criteria. A/E will ensure that elevator
operation monitoring equipment changes will be compatible to present
monitoring equipment and meet all safety standards as required by the
elevator industry. A kick off meeting, to include preliminary design,
will be scheduled at which time user input will be provided to A/E and
a notice to proceed will be issued. Construction/design document
review meetings will be held at 35% and 95% completion of design.
Review submissions will consist of five (5) complete sets of documents
(reports, schematics, calculations, estimates, CADD drawings, etc.)
for each submittal review date. A/E shall attend, facilitate, compile
and distribute detailed minutes of construction/design document review
meetings. Excluding government review time, investigative services and
design are to be complete within 45 calendar days after receipt of the
notice to proceed. Plans are to be produced on AutoCad 14 for Windows
NT . and will be dimensioned in both English and metric.
Specifications are to be produced in Microsoft Project 4.0.
Upon 100% completion of construction documents, ten (10) sets of blue
line prints and bound specifications along with one (1) set of unbound
specifications and one set of specifications on 3 x 5"project disk
shall be provided. As built drawings will be provided on Mylar and on
one (1) set on 3 x 5"disk. Construction cost limitation is six hundred
thousand dollars ($600.000.00). A/E selection will be based on the
following criteria and maximum point values are shown to reflect
relative importance: (1) 50 points Specialized experience and technical
competence in the type of work to be performed and possession of a
working knowledge of elevator specifications, regulations and safety
standards (current VA standards and specifications may be accessed and
downloaded on the Worldwide Web, http://
www.va.gov/facmgt/standard/catalog.htm), in-house elevator design
capabilities and hospital elevator experience is required; (2) 50
points past performance which exhibits an ability to design within
budgeted cost limitation and preparation of accurate and highly
detailed construction documents and furnishings cost estimates; (3) 40
points- capacity to accomplish work in the required time frame (45
calendar days as stated above); (4) 40 points- quality control methods
used to ensure technical accuracy of work; (5) 40 points- professional
qualifications of staff and consultants, registration of designers by
appropriate organization is required; (6) 20 points experience and
capabilities using CADD disk for submissions, (7) 20 points-
demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design,
and (8) 10 points- geographic location of A/E firms and consulting
servicing offices. In accordance with PL 100-656, this acquisition is
not restricted to business size. Standard Industrial Classification
(SIC) code is 8712, Architectural Services, applies to this acquisition
and the small business size determination is NTE $2.5 million in
average annual receipts for the preceding 3 fiscal years. A/E firms
which meet the requirements in this announcement are invited to submit
an original and one (1) copy of Standard Form (SF) 254,
"Architect-Engineer" and Related Services Questionnaire, and SF 255
"Architect-Engineer and Related Services Questionnaire for Specific
Project". Submissions shall be marked to the attention of David L. Hill
(90C), 4500 S. Lancaster Rd., Dallas, Texas 75216 and shall be received
on or before 4:30 p.m. local time, 03/03/2000. This is not a request
for proposals. Electronic posting of this solicitation and any
amendments thereto may be obtained FREE at the following URL:
http://www.va.gov/oa&mm/busopp/sols.htm. Note, it shall be the
responsibility of interested parties to obtain amendments. Request for
hard copies of solicitation amendments may be obtained for a cost of
$5.00 and must be made in writing to David L. Hill, VANTHCS (90C), 4500
S. Lancaster Rd., Dallas, TX 75216. The request must be accompanied by
a check made out to the Department of Veterans Affairs. Phone and
facsimile request will not be accepted. Posted 02/07/00 (W-SN422680).
(0038) Loren Data Corp. http://www.ld.com (SYN# 0024 20000209\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|