Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1997 PSA#1834

EFA Chesapeake, Washington Navy Yard, Building 212, 901 M Street, S.E., Washington, DC 20374-5018

Z -- LIFE SAFETY AND OTHER REPAIRS TO MALCOM GROW HOSPITAL, ANDREWS AFB, MARYLAND SOL N62477-93-R-0189 DUE 071097 POC Belinda Leapley, Contract Specialist, (202) 685-3167 SOLICITATION NOTICE. This project is unrestricted. The Standard Industrial Classification (SIC) Code is 1542. The intent is to award a combination firm fixed price/indefinite quantity (FFP/IQ) contract for accomplishment of all construction work at the Malcolm Grow Hospital, Andrews Air Force Base, Building 1050, Cammp Springs, Maryland for approximately a 4 year period. The FFP portion of the construction contract inlcudes the life safety upgrades to the hospital for which will constitute the basic award. The FFP portion shall also include two options for O&M special projects related to the hospital. The project is structured with options due to FY funding constraints. The options will be prepriced and included in the evaluation of offers. The basic construction award includes providing life safety and other (mostly mechanical and electrical) repairs to the Malcolm Grow Hospital, to include: a new Elevator Tower and Acute Care Department/Entrance; plus demolition; asbestos mitigation; interior partition wall changes (to improve medical treatment functioning and handicaped access); interior finishes; fire suppression; heating,ventilation and air conditioning; medical gases; plumbing; electrical; fire alarm; communication; and incidental related work to the approximate 304,000 square foot six floors (except work at those Wings on specific Floors noted as options). The first option will provide demolition; asbestos mitigation; interior partition wall changes; interior finishes; fire suppression; heating,ventilation and air conditioning; medical gases; plumbing; electrical; fire alarm; communication; and incidental related work in the approximate 42,000 square foot hospital building interior spaces at the First Floor E Wing, Basement F Wing, Second Floor H Wing, and First Floor A Wing. The second option will provide demolition; asbestos mitigation; interior finishes; fire suppression; heating, ventilation and air conditioning; medical gases; plumbing; electrical; fire alarm; comunication; and incidental related work in the approximate 61,000 square foot hospital building interior spaces at the C Wings (with work through First through Fifth Floors) and Basement and First Floor H Wings. Historically, O&M work in the hospital has ranged between $3-6 million per year. Some of these O&M projects are already designed. The contractors will be provided historical data in the RFP regarding the IQ work. The contract shall mandate the use of current R.S. Means estimating guide for pricing the requirments and a mark-up or discount will be proposed for evaluation purposes and incorporated into the contract. The estimated construction cost for the basic work exceeds $10,000,000. The estimated construction cost for option 1 is between $1,000,000 and $5,000,000. The estimated construction cost for option 2 is between $1,000,000 and $5,000,000. The contract will contain a requirment for proprietary materials to be procured as a part of the construction. (1) proprietary material to be procured as part of the procurement is a digital control system. Specifically, there is a requirement for a Landis & Gyr Power, Inc. System 600 Direct Digital Control (DDC) System to include approximately 3,000 points, connectivity to the Basewide Energy Management and Control System (EMCS) system, Hospital Central Console, 30 Variable Air Volume (VAV) Air Handling Units (AHU), 400 VAV Boxes with Reheat, 3 Constant Volume (CV) AHU's, 5 Isolation Room AU's, and Fintube Zones for the First and Second Floor of F Wing. (2) The second proprietary material to be procured is medical headboards. Specifically, there is a requirement for Hill-Rom Medical Headboards, consisting of three each Type 1 Horizon Systems, one each Type 2 Horizon Systems, four each Type 3 Horizon Systems, one each Type 4 Horizon Systems, one each Type 5 Horizon Systems, two each type 6 Horizon Systems, and three each Type 7 Horizon Systems; for a total of 15 each medical headboards to be procured. (3) The third proprietary material to be procured is a Schlage keying System,consisting of 245 lock sets, to be an extension of the existing Schlage Keying System, 6 pin E key way standard cylinder. Cylinders will be provided unkeyed, to be keyed by the Government. The procurement method will be competitive negotiation. An RFP will be issued requesting proposals based on technical/managment, past performance and price criteria. Award will be based on best value to the Government. The projected date for issuance of plans and specifications is 22 May 1997. The tentative date for a preproposal conference is 10 June. The due date for receipt of proposals is on or aound 10 July 1997. A non-refundable charge of $375.00 per solicitation package is required and checks should be made payable to the Department of the Treasury c/o EFA Chesapeake. Requests for plans and speifications may be submitted in writing to: Contracting Officer, EFA, Chesapeake, 901 M Street, Building 212, 3rd Floor Contracts Department, Washington Navy Yard, Wasington, DC 20374-5018. Contractors within the local area areencouraged to pick-up a copy of the solicitation at Building 212, Washington Navy Yard, Plans and Specifications Office. Solicitation packages will be available on a first come first serve basis. (0115)

Loren Data Corp. http://www.ld.com (SYN# 0131 19970429\Z-0012.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page