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