Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 5,1999 PSA#2255

US 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