|
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1997 PSA#1899Contracting Officer (90C), Department of Veterans Affairs, North Texas
Health Care System, 4500 South Lancaster Road, Dallas, TX 75216 Z -- PROJECT #97-101, REPLACE DEFECTIVE ELEVATORS, PHASE 3 SOL IFB
549-114-97 POC Joyce Cadwell, Contracting Officer, PH 214-302-7535
Furnish all labor, materials, tools, equipment and supervision to
complete Project No. 97-101, Replace Defective Elevators, Phase 3, at
the VA North Texas Health Care System, 4500 S. Lancaster Road, Dallas,
TX, 75216, in accordance with project plans and specifications.
Contractor shall completely prepare site for building operations,
including demolition and removal of existing structures, and perform
complete modernization and upgrade of Elevator Nos. P-12, P-13, and
S-14 in Building 1, including all related architectural, mechanical and
electrical work as shown in project drawings and specifications.
Electric passenger elevators shall be geared traction type; with
silicone control rectification (SCR) control; single duplex selective
collective automatic car leveling device; and signal system, power
operated two-speed car and hoistway doors. Electric service elevator
shall be geared traction type; with SCR control; single car selective
collective automatic car leveling device, signal system, power operated
two-speed car and hoistway doors; and shall have class A loading. All
electric traction elevators shall be the product of the same
manufacturer and the Buy American Act will apply. Work includes, but is
not limited to, REPLACEMENT of conductors; traveling cables;
replacement of controllers, starters, relay panels, supervisory panels
and selectors with new solid state microprocessor based controller,
roller guides for car and counterweight, hoisting ropes, governor rope,
speed governor, normal and final terminal stopping devices, workman's
lights and outlets, top-of-the-car operating device, car leveling
device, emergency stop toggle switches, operating device faceplates,
operating devices at hoistway landings, elevator car operating panels,
single car selective collective automatic operation (S-14),
independent service, fire service, medical emergency switch, car
position indicator, corridor lanterns, hoistway access switches,
electric power door operators, electric interlocks, and car enclosures;
FURNISHING NEW diagnostic testing device, elevator monitoring systems
with tie into existing Landis & Staefa Energy Management System, SCR
power units, auxiliary car operating panel, duplex selective collective
automatic operation (P-12 and P-13), combination position indicator and
hall lantern, intercom system, and fire alarm equipment with tie into
existing Cerberus Pyrotronics multiplex system; REFURBISHING EXISTING
geared traction hoisting machine, sheaves, elevator machine beams and
etc., guide rails (realign), car and counterweight buffers,
counterweights (rebalance), safety device, car frames, and car
platforms. Work also includes renovation of hoistway entrances for
passenger and service elevators, and reworking of each elevators power
supply. Base bid item includes three years of guarantee, maintenance,
repair, cleaning and inspection services. Award is subject to the
availability of funds and the solicitation includes deduct alternates.
Cost range for this project is between $500,000 and
$1,000,000.Completion of work will be divided into two major phases.
All construction work will be completed within 270 calendar days after
receipt of Notice to Proceed for the Base Bid Item, and within 180
calendar days after receipt of Notice to Proceed, in the event that
only 2 elevators can be awarded. Standard Industrial Code 1796,
Construction-Special Trade Contractors -- Installation or Erection of
Building Equipment, N.E.C., applies to this acquisition and has a small
business size standard of $7 million. However, in accordance with PL.
100-656, this acquisition is unrestricted as to business size. Bid
packages will be available on or about 8/19/97, and will be provided
only to qualified general or prime contractors who will submit bids
directly to the VANTHCS, or to principal (architectural, electrical or
mechanical) subcontractors. A $30 refundable fee is required for each
set of bidding materials. Quantities are limited, and requests will be
filled on a first-come, first served basis. Only 1 set may be issued
per requestor. Make check or money order payable to VA North Texas
Health Care System. Only written requests for IFB 549-114-97 will be
accepted. Requests must include Solicitation Number 549-114-97, Project
Number 97-101 or Project Title-Replace Defective Elevators, Phase 3;
indicate whether the requestor is a general, prime or principal sub
contractor; be marked to Attn: Joyce Cadwell (90C) at the above
address; indicate requesting company's full name, address, telephone
and fax numbers; number of sets requested; whether the requestor will
pick up materials or want mailed, and include the fee. Bidders need to
allow 5 working days for reproduction after receipt of their request.
Bidding materials will be available for viewing by the general public,
at no cost and without membership, at the following organizations:
AGC/CMD Plan Room, 11111 Stemmons Freeway, Dallas, TX, 75229, PH
972-484-2030, FAX 972-484-1442. Forth Worth Chapter AGC, 417 Fulton
Street, Fort Worth, TX, 76104, PH 817-332-9265, FAX 817-870-2705.
McGraw-Hill Co Inc, FW Dodge Division, 1341 Mockingbird Lane, Suite
1101-E, Dallas, TX, 75247-4943, PH 214-688-5001/2, FAX 214-688-5009.
McGraw-Hill Co Inc, FW Dodge Division, 1300 Summit Ave, Suite 740, Fort
Worth, TX, 76102, PH 817-338-4788. Texas Contractor, 2510 National Dr,
Garland, TX, 75041, PH 972-271-2693, FAX 972-278-4652. Interested
parties may also obtain a list of plan holders by faxing request to the
Contracting Officer, Attn: Joyce Cadwell (90C) at FAX 214-372-7066.
Pre-Solicitation Notices are available and may be requested in writing.
They are not required for bidding, but may be used for requesting bid
packages. A Pre-Bid Conference will be held at 9:00 a.m., local time,
9/3/97 in the Conference Room, Bldg. 8, Acquisition & Materiel
Management at the above address. Bldg. 8 is a two-story red brick
building with red doors and is located on the north side of the
facility, parallel to Ann Arbor Blvd. A site visit will be conducted at
that time. Contract work will be performed in restricted areas and all
interested prime bidders, subcontractors and suppliers are expected to
attend Pre-Bid Conference. No other site visits have been scheduled.
Bid opening will be on or about 9/18/97. Exact time, date and place of
bid opening will be shown on solicitation. (0209) Loren Data Corp. http://www.ld.com (SYN# 0189 19970731\Z-0005.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|