Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 8,1998 PSA#2132

Contracting 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