Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2008 FBO #2265
MODIFICATION

56 -- SOURCES SOUGHT SYNOPSIS For Medical Construction Program for the Air Force Medical Service (AFMS) and U.S. Army Medical Command (MEDCOM)

Notice Date
2/6/2008
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-08-R-0149
 
Response Due
2/20/2008
 
Archive Date
4/20/2008
 
Point of Contact
faybein moy, 8178861059
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(faybein.moy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS for the purpose of obtaining market research only. No proposals are being requested nor accepted under this synopsis. The U.S. Army Corps of Engineers, Fort Worth District, will use information obtained under t his synopsis to develop an acquisition strategy to meet the combined needs of the Air Force Medical Service (AFMS) and the U.S. Army Medical Command (MEDCOM) Sustainment, Restoration and Modernization (SRM) Programs. The intent of this synopsis is to access industrys (large and small business concerns (including 8(a), Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone) and Service-Disabled Veteran-Owned Small Business (SDVOSB) capability and interest in performing medical construction projects using, job order contracting (JOC), design-build and design-bid-build processes to meet the needs of the AFMS and MEDCOM Programs. Typical projects under the AFMS and MEDCOM Programs are anticipated to be primarily associate d with renovation of existing facilities, but may also include major repair and new construction. Work may include, but is not limited to, replacement, restoration or modernization of hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers and any other buildings connected to/associated with air force and army health facilities Nationwide, including Alaska, Hawaii, and all facilities on three medical installations and their annexes (Fort Sam Houston, TX; Fort Detrick, MD; and Walter Reed Medical Complexes, Washington, DC, Silver Springs, MD and Bathesda, MD). Both programs may involve restoration and modernizatio n projects such as HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection, and exterior site and systems work such as utilities infrastructure, road ways, side walks, parking lots, landscaping, irrigation, and etc. The combined AFMS and MEDCOM program need is anticipated to be $755 Million ($550 Million for Multiple Award Task Order Contracts (MATOC) and $205 Million for JOC) over a five year period. Task order values f or the MATOC may range from $300,000 to $50,000,000. Most of the task order values may likely be in the lower half of that range (i.e. $300,000 to $30,000,000), and a significant amount of task order values will likely range from $1,000,000 to $5,000,000. Task order values for the JOC may range from $3,000 to $5,000,000. Most of the task order values may likely be in the lower half of that range (i.e. $3,000 to $3,000,000), and a significant amount of task order values will likely range from $300,00 0 to $1,000,000. More work is anticipated at locations with higher concentrations of facilities. Maps of major AFMS & MEDCOM medical facilities are located at the following links: AFMS: https://kx.afms.mil/kxweb/dotmil/file/web/ctb_005389.htm MEDCOM: http://www.armymedicine.army.mil/hc/medfacilities/medfacilities.htm NOTE: Although the maps depict facilities worldwide, the geographical area of the AFMS and MEDCOM Programs under this synopsis is anticipated to be Nationwide, inclu ding Alaska, and Hawaii. The anticipated North American Industry Classification System (NAICS) codes for this program is 236220, Commercial and Institutional Building Construction with a corresponding Standard Industrial Code (SIC) of 1542; and a B usiness Size Standard of $31 Million. It is anticipated that the program need for both AFMS and MEDCOM, may be met through the use of multiple and single award processes to establish various Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The MATOC approach is anticipated to result in the establishment of qualified pools of contractors (each pool may have 3 to 6 firms) that compete fo r award of a task to perform the medical construction project. JOCs by their very nature are Single Award Task Order Contracts (SATOC). The total number of MATOCs and JOCs anticipated to be awarded, and the size and type of any set-aside solicitation will be determined based on the responses received from this sources sought synopsis. The Government must ensure there is adequate competition among contractors for work to be performed under a multiple award approach. Interested Offerors sha ll respond to this Sources Sought Synopsis by completing the Market Research Questionnaire which may be accessed at http://www.swf.usace.army.mil/pubdata/MED/Surveys/Start.aspx until 1600 (4 pm) Central Standard Time on 20 February 2008. Co mpleted questionnaires will be considered in the development of the acquisition strategy to support this program. The Point of Contact for this action is Kenneth Carleton, Construction Contract Branch, Fort Worth District Corps of Engineers, at 817-886-10 84 or Kenneth.carleton@usace.army.mil. The market research survey seeks to identify industrys experience, past performance, and capabilities to execute this program. Offerors responding to this Market Research Synopsis shall be limited to comple tion of the Market Research Survey form by 1600 (4 pm) CST on 21 February 2008. In addition, the Government intends to host a pre-solicitation conference (Industry Day) from 4 - 6 March 2008 in Fort Worth, TX. The purpose of the Industry Day is to provide an overview of the upcoming MATOC and MEDJOC Programs and to solicit interest and experience from the healthcare design and construction industry. The MATOC will be a Design-Build Contract and have a contract capacity of $500M. The MEDJOC will be a construction contract and will have contract capacity of $50M. All work provided under these contracts will occur in the U.S (to include Alaska and Hawaii). At this time, it is the intent to award the MATOC to three or four qualified design-build fir ms and to two 8(a) design-build firms. It is the intent of the MEDJOC to award one contract for work located in the eastern US and one for work located in the western US. No proposals are being requested at this conference. Interested parties are invited to submit a request for a forty-minute period to meet with AFMS/MEDCOM representatives and make informal presentations outlining their capabilities related to health facilities planning, design, and construction. It should be emphasized that no pr ior government experience is required and that all potentially qualified parties are encouraged to attend. Presentation time periods are structured to provide presenters twenty minutes for set-up and presentation, followed by a twenty-minute segmen t to go over the program and answer questions. Ten-minute breaks are scheduled between each forty-minute presentation period. The Government will provide a screen, projection device and computer for those wishing to use PowerPoint. Interested parties ma y also participate via voice-only teleconferencing. Information received will be used by the Government for the development of the Nationwide Medical MATOCs and MEDJOCs solicitation, currently scheduled to be released in April of 2008. Participati on is strictly voluntary, at no cost to the Government, and will not provide participants greater access to any future contract awards. The Industry Day will be held at the Army Corps of Engineers facility, at 819 Taylor Street (room 4C03), Fort Wor th, Texas. Presenters need to submit their request for a time period to Ms. Faybein Moy, Contract Specialist, 817.886.1059, not later than 1400 (2 pm) CST on 19 February 2008, via email to Faybein.Moy@usace.army.mil or fax 817.886. 6407. Presenta tion times will be chosen by lot on 19 February 2008 and presenters will be notified of their date, time and location to present, via email or fax on 21 Februar y 2008. If interest exceeds the dates allotted, an additional day may be added. Presenters will have to indicate acceptance of their time period in order to be included in the final schedule. Presenters electing to participate remotely need to coordinate their requirements with Ms. Moy, at the time of their acceptance.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01501925-W 20080208/080206232419 (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.