|
COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1998 PSA#2132Contracting Officer (90C), Department of Veterans Affairs, North Texas
Health Care System, 4500 South Lancaster Road, Dallas, TX 75216 Y -- PROJECT #090-98-LL, DESIGN/BUILD CDL REPLACEMENT FACILITY SOL RFP
549-116-98 DUE 083198 POC Joyce Cadwell, Conracting Officer, PH
214-302-7535 Furnish all equipment, labor, materials, supervision and
transportation to provide complete Design/Build services for design and
construction of a fully functional pre-engineered or custom engineered
metal building or other building type, utilizing an open interior
structural concept, and suitable for housing of a Central Dental
Laboratory. Design-Build (DB) as defined by the Department of Veterans
Affairs (VA) is the procurement by the Government, under one contract,
with one firm (which may be a joint venture) for both design and
construction services for a specific project. Design will include, but
is not limited to civil, architectural, structural, electrical,
mechanical and plumbing elements. Design cost range is between $25,000
and $100,000.00. Construction elements will include, but are not
limited to site preparation, utilities, steel frame structure,
mechanical, electrical and plumbing systems and exterior and interior
finishes. Design shall reflect building fa ade that is visually
compatible with surrounding buildings. Anticipated square footage of
CDL is approximately 10,000 square feet. Construction cost range is
between $250,000 and $500,000.00. Award of contract is subject to the
availability of funds. Quality control of design and construction,
design and construction management, and strict adherence to project
contract cost are major project requirements. Interior finish out and
actual building square footage will be dictated by project cost and
user priorities. Construction documents will include design and
installation of building utility services, connected to existing VA
site utilities. Within project cost, project design emphasis will be on
buildability (budget), serviceability, energy efficiency and
aesthetics. Design services will require complete design, full
construction documents through as-built drawings, scheduling, and
detailed construction cost estimating. The VA currently has a
conceptual floor plan, which reflects intent and need, and will serve
as a concept for actual detailed design. A complete design package is
anticipated and will consist of, but is not limited to specifications
with architectural, structural, civil, mechanical, electrical and
plumbing documents. All construction documents shall be sealed by
Registered Professional Architect/Engineers. Design/ Build firm must
include sufficient in-house staff and capabilities to perform all major
portions of both design/contract management and construction/project
management requirements. Design shall conform to the Uniform Building
and MEP codes, NFPA Fire and Safety / Life Safety codes, and ADA
requirements. Construction documents (CD's) will include complete plans
and specifications and a detailed project activity schedule on
Microsoft Project 4.0. All design work shall be produced on AutoCAD
Version 14 for Windows NT are to be dimensioned in both English and
metric. All specifications and documentation shall be produced on
Microsoft Word 97 for Windows. Design/Build firm shall be responsible
for all document coordinationand quality management at each stage of
design, preparation of construction documents and throughout
construction. Design and construction shall be completed within 180
calendar days after negotiated start date, exclusive of Government
design review time. A Pre-Proposal Conference will be held at 10:00
a.m. local time on August 11, 1998, in Building No. 8, Acquisition &
Materiel Management, Basement Level, Conference Room. Offerors,
subcontractors, manufacturers and suppliers are invited to attend.
Conference will include visit to the new building site and is essential
for offerors. This will be the only scheduled site visit To be
considered for selection, Design/Build firms must prepare and submit
three separate proposals -- one for cost, one for proposed product
proposal, and a technical proposal. Evaluations of offerors proposals
will be based on the following criteria and maximum point values are
shown to reflect relative importance: 1) cost -- maximum 30 points; 2)
proposed product -- maximum 30 pts; 3) past experience -- max. 15 pts;
4) construction management -- max. 15 pts; 5) schedule -- max. 5 pts;
and location of design/build firm -- max. 5 pts. In accordance with
P.L. 600-656, this acquisition is NOT restricted to small or
emerging-small businesses. Standard Industrial Code 1799, Construction
-- Special Trade Contractors, N.E.C., applies to this acquisition and
the small business size determination is NTE $7 million in average
annual receipts over the preceding three fiscal years. Solicitation No.
RFP 549-116-98 will issue on or about 7/23/98. Interested Design/Build
prime contractors may request solicitation packages in writing.
Address all requests to the Attn: Joyce Cadwell, Contracting Officer
(90C) at the above address. FAX requests will be accepted at (214)
372-7066. Solicitation requests shall include Solicitation No. RFP
549-116-98 and Project #090-98-LL or title, CDL Replacement Facility.
Solicitation packages will not be issued to subcontractors or
suppliers, however, will be made available for viewing in local area
plan rooms. Interested parties may also obtain the list of plan holders
by faxing a request to the Contracting Officer. Proposals will be due
by 4:30 p.m. local time, on or about 8/31/98. Exact date will be shown
on solicitation. Posted 07/06/98. (0187) Loren Data Corp. http://www.ld.com (SYN# 0108 19980708\Y-0010.SOL)
Y - Construction of Structures and Facilities Index Page
|
|