|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1999 PSA#2287Contracting Officer (90C), Department of Veterans Affairs, North Texas
Health Care System, 4500 South Lancaster Road, Dallas, TX 75216 C -- PROJECT 98-110, REPLACE ROOF, BLDG. 2, PHASE I SOL RFP 549-40-99
DUE 032499 POC Joyce Cadwell, Contracting Officer, 214-857-0042
E-MAIL: Click here to contact the contracting officer via,
joyce.cadwell@med.va.gov. Provide A/E Services to include
investigative, design and construction period services for replacement
of complete roofing systems of Building 2, at the VA North TX Health
Care System Dallas Facility. Design will include all areas, but will
depict phasing of construction. Construction phasing will be based on
severity of conditions and logistics as depicted in previously
accomplished roof inspection and infrared analysis reports, a thorough
investigation of the site by the contracted A/E, and anticipated
incremental funding for construction. Total roof area for design is
approximately 38,000 S.F. Construction cost range for all areas is
between $500,000 and $1,000,000. Existing roofs are over 20 years old
and consist mostly of structural concrete roof decking and built-up or
polyurethane foam roofing systems. Project intent is to replace
existing systems from roof deck up; install 4-ply, gravel covered
built-up roof with two layers of rigid board insulation and a 20 year
NDL warranty; and to repair or replace associated defective roof
decking or related roofing components. Other possible options will be
addressed during design and may be considered. Total performance time
for design will be 45 calendar days, exclusive of Government review
time. Design will consist of detailed plans, specifications,
construction cost estimate and construction schedule. Drawings will be
produced in AutoCAD 14 for Windows NT; specs in MS Word 97; and
construction scheduling in MS Project or equivalent. Contract includes
15 sets of reproduced drawings. Construction period services will
include submittal and shop drawing reviews, responses to RFI's,
as-builts and approximately 48 man-hours of site visits. NOTE: To be
considered for selection, A/E firms must meet minimum requirements
before evaluation criteria will be applied. Only firms whose primary
business and area of expertise is in the design of roofing and thermal
moisture proofing systems will be considered. Geographic location of
A/E and consultants servicing offices islimited to Dallas and Tarrant
Counties, Texas. Hospital experience is required. 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) 60 points -- Specialized experience and technical
expertise in the type of work to be performed. Knowledge of roofing
systems and quality of detail are paramount in selection of design
firm. 2) 60 points -- Past performance designing within budgeted
construction cost limitation, preparing accurate and highly detailed
construction cost estimates, and controlling costs during construction.
3) 50 points -- Professional qualifications of staff and consultants.
Prime A/E shall specialize in design of built-up roofing. Team shall
also include structural, electrical and mechanical engineers. Contract
requires registration of designers. 4) 40 pts -- Capacity to
accomplish work in the required time, as evidenced by past performance.
5) 40 pts -- Quality control methods used to ensure technical accuracy
of work, as evidenced by past performance. 6) 5 pts -- Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiencies in facility design. 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 it does not
apply to this acquisition, 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 FIVE COPIES. Submission should be marked Attn:
Joyce Cadwell (90C) at the above address, and are due by 4:30 p.m.
local time, 3/24/99. This is not a request for proposals. Posted
02/18/99 (W-SN299570). (0049) Loren Data Corp. http://www.ld.com (SYN# 0017 19990222\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|