|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5,1999 PSA#2255US ARMY CORPS OF ENGINERS, SACRAMENTO, CONTRACTING DIVISION, 1325 J
STREET, SACRAMENTO CA 95814-2922 Y -- AEROMEDICAL CLINIC, EDWARDS AFB, CA SOL DACA05-99-R-0011 DUE
030499 POC Purchasing Agent Bill Nevius (916) 557-7942 (Site Code
DACA05) PROJECT TITLE. Aeromedical Clinic, Edwards AFB, CA.This
proposed contract is Unrestricted. JOB DESCRIPTION. Construct an
addition to and complete an alteration to existing building 3925. The
facility will be constructed with concrete foundation and structural
steel frame. Work includes associated site and utility work,
Communications, landscaping, and all required building systems,
including medical equipment. Work also includes demolition and
hazardous materials abatement. The Aeromedical Services Clinic is a
2,363 square meter multifunctional medical facility serving Aerospace
Medicine and includes a Flight Medicine Clinic, a Physical Exams
Department, a Military Public Health Clinic, and Ophthalmology Clinic,
and a Bioenvironmental Engineering/Laboratory component. The facility
will provide emergency response to the Flightline for medical and
bioenvironmental emergencies and will be equipped to support emergency
portable generators. A minor surgery suite will be provided within the
Flight Medicine component. The building features a complex curved
standing seam metal roof with an exposed structural steel frame, curved
and tapered steel girders, and cantilevered steel eaves and sun
screening devices. The roof system is the dominant design feature with
a curved structural steel frame reguiring precise fabrication and
installation. Work includes associated site and utility work,
communications, landscaping, and all required building systems to meet
national building codes and medical criteria. The building systems
include a constant air volume mechanical system with a Direct Digital
Control system, electrical system with a new 12.47 Kv transformer, and
the communication system with fiber optic service, televideo
conferencing, public address, intercom, intrusion detection and nurse
call. Other critical features include: 1. Technically advanced and
highly specialized medical equipment and associated casework,
utilities, shielding and air quality standards. These are primarily
found in the laboratory, pharmacy, and radiology, but can also be found
in spaces located throughout the facility. 2. Extremely advanced
information/data equipment/systems and infrastructure to include
cutting edge Tele-radiology and Tele-medicine. 3. Complex HVAC systems
required for medical facilities(e.g., air changes and filtration for
procedure and treatment rooms, isolation rooms, laboratory). 4.
Specialized construction required for acoustics(walls, ceilings,
ducts), radiology shielding(highly regulated), and lighting. It is the
District's feeling that the complexity of the roof system as well as
the 4 items listed in detail above will not lend themselves to an 8(a)
or SB Set Aside procurement environment. The acquisition method is
negotiated procurement. A technical and cost proposal will be required.
Evaluation by the Government will result in selection of a firm that
represents the best advantage to the Government. SIC CODE. This
procurement will be conducted under SIC code: 1542. The size standard
for this SIC code is: $17,000,000.00. Large businesses competing for
this project must comply with the FAR 52.219-9 clause regarding the
requirement for a subcontracting plan on the part of the work it
intends to subcontract. The recommended goals for subcontracting are
62.0% for small business, 10% for small disadvantaged business, and 5%
for small business/woman-owned. A firm that submits a plan with lesser
goals must submit written rationale to support goals submitted.
Estimated cost is between $5,000,000 and $10,000,000. For more
information regarding the ordering and issuance of Plans and
Specifications, please contact the Plan Room at (916)557-5239, Fax
Technical questions to (916)557-7854. For all other information contact
the Contract Specialist, Bill Nevius at (916)557-7942. ORDERING PLANS
AND SPECIFICATIONS. Plans and specifications for this project must be
ordered and the check received by the 29 JAN 1999 to ensure receipt of
bid sets at a cost of $78.00 for Specifications (text only); and
$74.00 for full-size drawings. Orders received beyond the CUT OFF DATE,
29 JAN 1999, will not be honored. Plans and specifications will be
mailed out on or about 03 FEB 1999. Because a limited number of sets
will be reproduced, copies are limited to one set per firm. Payment by
company check, certified check or money order made payable to USAED,
Sacramento. Requests must be submitted along with payment by mail, or
in person to USAED, Sacramento, ATTN: Plan Room, 1325 J Street,
Sacramento, CA 95814-2922. Do not address to the contract specialist
for this will delay your order. Firms are requested to provide their:
name; physical address; mailing address; E-mail address; telephone
number; facsimile number; and the solicitation number of the project.
All responsible sources may submit a bid or proposal which will be
considered by the agency. See Note 26. For a listing of all Sacramento
District projects, see Contracting Division's Internet Home Page at
http://www.spk.usace.army.mil:80/cespk-ct which is updated daily.
Please note that all contractors and potential contractors must be
registered with the Central Contractor Registration (CCR) database
effective May 31,1998. For instructions on registering with the CCR
please see our webpage. Posted 12/31/98 (I-SN284511). (0365) Loren Data Corp. http://www.ld.com (SYN# 0037 19990105\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|