Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625

Contracting Officer (90C), Department of Veterans Affairs, North Texas Health Care System, 4500 South Lancaster Road, Dallas, TX 75216

C -- A/E SERVICES FOR PROJECT #549-00-122, STRUCTURAL ANALYSIS BLDG. 43 SOL RFP 549-70-00 DUE 072100 POC Joyce Cadwell, PH 214-857-0042 E-MAIL: Click here to contact the contracting officer via, joyce.cadwell@med.va.gov. This is a re-announcement of the initial procurement notice published in the CBD on 4/21/00. An insufficient number of responses were received; therefore, evaluation criteria have been changed. Provide Structural Engineering Services to investigate and report the extent of structural or nonstructural deterioration to interior ground floor slab and flooring materials and to exterior cracking at Building 43, Research, at the VA North TX Health Care System Dallas Facility. Building 43 ground floor consists of approximately 20,000 square feet of floor area (slab on grade), topped with epoxy flooring. Flooring has been replaced several times and continues to experience severe delimitation and spalling throughout the ground floor level. Area is primarily utilized for animal surgery, and small animal housing and support. The primary exterior deficiency consists of a crack at the grade beam extending through the brick veneer the full height of the building (4 stories). The exterior structure is to be reviewed in its entirety for any additional, severe deficiencies. Selected firm will investigate thoroughly, by whatever means necessary, the cause and extent of indicated deficiencies. A report will be generated detailing existing conditions, investigative procedures used, findings, recommended corrective procedures and a detailed estimate of costs to repair. All testing required (destructive or nondestructive) will be the responsibility of the firm providing investigative services. If destructive testing is required, costs to replace or repair impacted areas of testing will be the responsibility of the firm providing investigative services. A/E shall provide budgetary cost estimate for recommended corrective actions. It is desired that selected firm be thoroughly familiar with animal research facilities and Animal Association for Accreditation of Laboratory Animal Care (AAALAC) requirements. Construction documents are not included in work to be performed at this time, but may be included at a later date through contract modification, if investigation supports corrective actions requiring major repairs. A/E shall complete report within 45 calendar days, exclusive of Government review time. Final submission will include hard copies and electronic submission of the report. All word processing data shall be submitted in Microsoft Word, spreadsheets in Excel 97, and drawings (if CD's added) on AutoCAD Version 14. NOTE: To be considered for selection, A/E firms must meet the following minimum requirements before evaluation criteria will be applied: Servicing offices of prime A/E and all consultants must be located in the State of Texas. Upon meeting the minimum requirements, A/E selection will be based on the following criteria and maximum point values are shown to reflect relative importance. 1) 50 points -- Past performance which exhibits specialized experience in the work to be performed. Animal research facility experience subject to AAALAC requirements is preferred. 2) 50 points -- Past performance which exhibits ability to design within budgeted cost limitation and prepare accurate budgetary construction cost estimates. 3) 50 points -- Past performance and current work status which exhibits capacity to accomplish work within the time allowed. 4) 50 points -- Past performance and current methodology pertaining to quality control methods used to ensure technical accuracy of work. 5) 50 pts -- Professional qualifications of staff and consultants. 6) 10 pts -- Location of prime A/E and consultants servicing offices. 7) 5 pts -- Past performance with demonstrates use of recovered materials and energy efficiency. In accordance with P.L. 600-656, this acquisition is NOT restricted to small or emerging-small businesses. Standard Industrial Code 8712, Architectural Services, applies to this acquisition. While no restriction applies, the small business size determination is NTE $2.5 million in average annual receipts over the preceding three fiscal years. A/E firms, which meet the requirements of this announcement, are invited to submit (1) Standard Form 254, Architect-Engineer and Related Services Questionnaire, and (2) Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, IN TWO COPIES. Submission should be marked Attn: Joyce Cadwell (90C) at the above address, and are due by 4:30 p.m. local time, 7/21/00. We will evaluate responses to the initial notice and those firms need not reapply. This is not a request for proposals. Posted 06/16/00 (W-SN465588). (0168)

Loren Data Corp. http://www.ld.com (SYN# 0014 20000620\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page