Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOURCES SOUGHT

Y -- Sources Sought Notice for the Medical Repair and Renewal (MRR) Program

Notice Date
8/15/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-06-R-0028
 
Response Due
8/30/2006
 
Archive Date
10/29/2006
 
Small Business Set-Aside
N/A
 
Description
The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and award multiple indefinite delivery indefinite quantity (IDIQ) contracts for its Medical Repair and Renewal (MRR) Program. The NAICS code for this progra m is 236220 Commercial & Institutional Building Construction. The small business size standard is $31 million. Medical Repair and Renewal contracts are intended to provide quick response for medical facility repair, renovation, conversion, alteration, ad ditions, construction, equipment procurement / installation, and maintenance services on installed equipment/systems at Government installations and facilities. The Contractor may be required to survey the problem areas, evaluate and recommend solutions, d evelop and implement work plans in a timely manner within negotiated costs, and provide the repair/renewal/construction efforts to support the design solution. At times, the Contractor may be required to provide stand alone construction efforts without th e provision of the associated services (i.e. site investigation, work plan, etc.). Task orders may be awarded for work to be performed through-out the United States, including Alaska, Hawaii, and all US territories, for the following Government agencies: Department of Defense, Department of Homeland Security, Veteran's Administration, State Department, Department of Interior, Department of Energy and Department of Transportation. Also, work performed for these Government agencies may also be required in the following overseas locations: Kuwait, Qatar, UAE, Yemen, Iraq, Saudi Arabia, Egypt, Kazakhstan, Afghanistan, Indonesia, Japan, Korea, Cuba, Azores, Germany, Kwajalein, Spain, Italy, Israel, Bosnia-Herzegovina, Albania, Poland, Serbia, Hungary, Macedoni a, Ukraine, Russia, and Turkey. Upon analysis of the responses, it will be determined if companies are interested only in task orders performed in the United States or if they are capable in addition to perform in overseas locations. Multiple contract aw ards may be made under the anticipated solicitation. The magnitude of construction for the MRR program is approximately $500,000,000. Contract award(s) are anticipated in the November 2007 timeframe with a one (1) year base award and four (4) option year s for a total of five (5) years possible. Task order awards may be firm fixed-price and/or time and materials. Prior Government contract experience is not required for submitting a response under this source sought notice or for submitting a proposal und er the planned solicitation. However, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM385-1-1 (a copy may be obtained at the following website address: http://www.u sace.army.mil/usace-docs/eng-manuals/em385-1-1/toc.htm) and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. In addition, OCONUS work performed in support of this program must be in compliance with applicable h ost nation requirements. This sources sought is for planning purposes, and is not a solicitation. This preliminary information is being made available for planning purposes only. The Government will not reimburse respondents for any costs incurred in pre paration of response to this sources sought announcement. All responsible sources may respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. Responses/capability statements pro vided as a result of this notice shall include the following information: * Offerors name, address, point of contact, phone number, email address, business size, 8(a) status, HubZone status, Service Disabled Veteran Owned (SDVO) status. * Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), a joint venture, or a teaming arrangement Identify, to the extent pos sible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements. * Indicate your teams bonding capacity ( i.e. construction bonding level) per contract or task order award, expressed in U.S. dollars. * Indicate your teams aggregate/cumulative construction bonding capacity, expressed in U.S. dollars (i.e. sum of multiple contracts/task orders). * Explain y our teams capability, both narrative and expressed in a maximum U.S. dollar figure, of performing multiple contracts simultaneously in various geographic locations. * Explain your teams capability and qualifications to perform Site Investigations (i.e. an inspection of an installation or facility to evaluate areas and to obtain specific information pertaining to a proposed repair/renewal action) * Explain your teams capability and qualifications to provide Feasibility Studies (i.e. A study undertak en to develop a list of alternatives, detailed analysis of each alternative, and recommend a course of action for a proposed repair/renewal requirement) * Explain your teams capability and qualifications to develop Work Plans (i.e. documentation require d for Huntsville Center (HNC) to monitor the Contractors efforts with regard to scope, schedules, costs, codes, and standards in order to perform a repair/renewal action to construct or correct a facilities repair and/or renewal situation. May include de tailed drawings, engineering calculations, criteria, manufacturers data, comprehensive schedules, cost estimates, catalog cuts, etc.) * Explain your teams capability and qualifications to perform construction or repair/renewal efforts to include (both general and medical specific) architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, force protection, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government f acilities. * Explain your teams capability and qualifications to perform asbestos or lead-based paint abatement. * Explain your teams capability and qualifications to provide site security (fencing, lighting, or guard service) * Explain your team s capability and qualifications to perform the work required under this contract at Government medical facilities in accordance with all applicable medical technical publications, codes, and specifications? * Identify your interest in one of the followi ng performance options: Option 1) interest in performing work within the Continental United States (CONUS) only or Option 2) interest in performing work both within the Continental United States and overseas locations. * Offerors are also welcome to adv ise of their lack of interest in this type of acquisition along with comments explaining the reasons for their disinterest and any recommendations for making this solicitation more appealing. Please refrain from submitting unsolicited documents such as pro motional literature in response to this sources sought. Responses should be limited to the information requested in this sources sought notice and submissions shall not exceed 15 pages in length. All responses shall be provided by 1600 central time on 30 August 2006 to the attention of Ms. Sarah Annerton via email to: sarah.annerton@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01115663-W 20060817/060815221506 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.