Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2007 FBO #2046
SOLICITATION NOTICE

Y -- Synopsis of Proposed Contract Action for Medical Repair and Renewal Program  HUBZone Competition

Notice Date
7/2/2007
 
Notice Type
Solicitation Notice
 
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-07-R-0031
 
Response Due
7/17/2007
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This synopsis publicizes contract actions proposed to support the US Army Engineering and Support Centers Medical Repair and Renewal (MRR) Program. The purpose of the MRR program is to support its various customers throughout the Continental United States, District of Columbia, Alaska, Hawaii, and U.S. Territories and possessions with their medical facility repair, renovation, conversion, alteration, addition, construction, equipment procurement/installation, and maintenance requirements. In order to accomplish this objective, the MRR program proposes to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, under which firm-fixed price (FFP), cost-plus-incentive-fee (CPIF), or time and materials (T&M) task orders may be issued fo r the provision of stand-alone repair/renewal services or a combination of repair/renewal and supplemental A-E services (i.e. Design-Build). Specifically, 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, Department of Veteran Affairs, State Department, Department of Interior, Department of Energy, Department of Transportation, and state and local governments. Prior Government contract experience is not required for receiving an award under the planned solicitation. Ho wever, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM 385-1-1 and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. Offe rors may propose this requirement as a sole contractor, prime contractor with subcontractor(s), a joint venture, or a teaming arrangement. Performance and payment bonding is required for all maintenance, repair, renewal, and construction efforts. Offeror s must be able to perform multiple contracts (task orders) simultaneously in various geographic locations. Offerors must have the ability to bond the construction efforts at a minimum of $5,000,000 per task and $25,000,000 aggregate. Offerors must have t he capability to perform Site Investigations; provide Feasibility Studies; develop Designs/Work Plans; and perform construction, repair, or maintenance efforts to include (both general and medical specific) architectural, mechanical, electrical, civil, str uctural, instrumentation, communications, security, force protection, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government medical facilities. Offerors must have the capability to perform all work effo rts required under this contract at Government medical facilities in accordance with all applicable medical technical publications, codes, and specifications. Medical repair and construction experience is required. The proposed ordering period is for one (1) base year and four (4) one-year option periods. The total programmatic repair/renewal requirements expected to be awarded under the MRR construction (with design-build capabilities) contracts are anticipated to equal approximately $500,000,000. The Government will conduct three separate competitions for award of multiple ID/IQ construction (with design-build capabilities) contracts to support this programs repair/renewal requirements (one unrestricted, one rest ricted for competition amongst 8(a) small businesses, and one restricted for competition amongst HUBZone small businesses). This synopsis publicizes a proposed solicitation (request for proposal) for the restricted HUBZone competition. Any contract(s) re sulting from the proposed solicitation is set-aside for HUBZone small business concerns. Offers from other than HUBZone small business concerns will not be considered. The unrestricted competition and the 8(a) restricted competition will be publicized and solicited separately under solicitation numbers W9 12DY-06-R-0028 and W912DY-07-R-0030, respectively. Of the total $500,000,000 programmatic capacity, the total capacity of $276,000,000 is estimated for the unrestricted MATOC pool, $112,000,000 is estimated for the 8(a) MATOC pool, and $112,000,000 is est imated for the HUBZone MATOC pool. Each MATOC total capacity will be shared amongst all awardees in the MATOC pool. A more detailed description of the acquisition strategy will be provided in the solicitation documents. The HUBZone restricted solicitation will be made available to interested parties through the Federal Business Opportunities website at www.fedbizopps.gov, after the closing date of this synopsis. Technical data (i.e. Division 01 Specifications) required t o respond to the solicitation will not be furnished as part of the solicitation but may be obtained at https://www.fedteds.gov, after the closing date of this synopsis. All responsible HUBZone sources may submit a proposal which will be considered by the agency in accordance with the solicitation requirements. Vendors who intend to download the solicitation and submit a proposal are requested to contact the Contract Specialist, Mrs. Sarah Annerton, via email at Sarah.Annerton@usace.army.mil for informatio nal and planning purposes. Significant evaluation factors for award are anticipated to include: Task Order Approach, Overall Program Approach, Experience, Past Performance, and Price. Awards are anticipated to be made in early 2008. Numbered notes 9 an d 27 apply.
 
Place of Performance
Address: varies - see description P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01333091-W 20070704/070702221248 (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.