MODIFICATION
R -- Program/Project Management and Technical Support Services for the U.S. Army Pacific Region Medical Command (PRMC)
- Notice Date
- 12/22/2010
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY11R0001
- Response Due
- 2/5/2011
- Archive Date
- 4/6/2011
- Point of Contact
- Sandra Davis, 256-895-1524
- E-Mail Address
-
USACE HNC, Huntsville
(sandra.l.davis@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a small business set aside. This synopsis publicizes contract actions proposed to support the US Army Engineering and Support Center in Huntsville, Alabama (CEHNC), 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 and management requirements. This proposed contract will be for services in Hawaii as well as possible needs for multiple work at diverse locations within the contiguous United States, Hawaii, Korea, and Japan. In order to accomplish this objective, the MRR program proposes to award a single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for Program/Project Management and Technical Support Services for the US Army Pacific Region Medical Command (PRMC). This contract is intended to provide quick response to Program/Project Management and Technical Support Services for MEDCOM's Pacific Region Medical Command (PRMC). Prior Government contract experience is not required for receiving an award under the planned solicitation. However, all support services 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.usace.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 host nation requirements. The Contractor shall provide medical facility related technical support in monitoring, evaluation, quality assurance, and comprehensive technical analysis of various safety and health initiatives, including OSHA, TJC, Infection Control, Asbestos, Lead Base Paint, as well as Hazardous Material and Hazardous Waste (to include medical waste) issues and initiatives. The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the Program/Project Management and Technical Support for the U.S. Army PRMC as defined in the applicable Performance Work Statement (PWS), except as specified in Section 3 as government-furnished property and services. The contractor must perform to the standards in this contract. The estimated quantities of work are listed in Technical Exhibit 2, Workload Estimates. These estimates will be revised on a task order basis. The estimate value of the contract is up to $9,999,450.00. Non-personal services will include all labor, equipment (except computers), materials (except computers), materials (except file boxes and accordion files) and facilities to: a.Quality assurance over the Construction contractor's quality control process using the Corps of Engineer's quality assurance procedures as identified in ER 1180-1-6 (Contracts Construction Quality Management). b.Project Management services with the planning; construction project management; staff training and consultation; transition planning; project tracking; submittal review and contractor Request for Information coordination. c.Project Integration services to facilitate and develop a facility capital investment program that uses all types of facility funding sources and investment. Track status of all PRMC Sustainment, Restoration and Modernization (SRM) projects and maintain the MEDCOM project database information. d.Planning, transitioning, and facilitating the furniture and equipment outfitting for various projects with in the area of operations for the PRMC. The contractor will facilitate the standardization of furniture and finishes with in the PRMC. The contractor may also be required to provide on-site representation at various PRMC facilities to manage planning and execution of the medical furniture and equipment outfitting and transition requirements. e.Administrative support for the Utilities & Maintenance Section to include records management, material management, contractor badge and vehicle decal management. f.DMLSS support in regards to the operations of the service orders and work request required to maintain the high quality facility operational standards required by PRMC and MEDCOM. g.Administrative support and track budget funding documents and invoices for all of PRMC's SRM, manage all office files and suspense's. The proposed ordering period is for one (1) base year and four (4) one-year option periods. The total programmatic services requirements expected to be awarded under the MRR contracts are anticipated to equal up to $9,999,450.00. This synopsis publicizes a proposed solicitation (request for proposal) for the small business set aside competition. The small business set aside 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 to 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 sources may submit a proposal which shall be considered by the agency in accordance with the solicitation requirements. Awards are anticipated to be made in mid 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY11R0001/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02349708-W 20101224/101222234711-31d9f625ecc43c19cfa1937ea2173696 (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 |