Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2013 FBO #4085
SOURCES SOUGHT

Z -- Sources sought to provide design-build renovation and initial outfitting supplies and services supporting the renovation of Beale Air Force Base medical facility.

Notice Date
1/28/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-13-R-6011
 
Response Due
2/7/2013
 
Archive Date
3/29/2013
 
Point of Contact
lea.a.walker, 5013401032
 
E-Mail Address
USACE District, Little Rock
(lea.a.walker@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
FedBizOpps Sources Sought Announcement Class Code: Z2DA - Repair or Alteration of Hospitals and Infirmaries NAICS Code: 236220 - Commercial and Institutional Building Construction Subject: Sources sought to provide design-build renovation and initial outfitting supplies and services supporting the renovation of Beale Air Force Base medical facility. Solicitation Number: This is a sources sought announcement; a market survey for information only, to be used for preliminary planning purposes. This is not a request for proposals and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The US Army Corps of Engineers, Little Rock District, has been tasked to solicit for and award a Design-Build Construction Services and Initial Outfitting contract in support of the United States Air Force Medical Service (AFMS) Healthcare Facilities Modernization Program at Beale Air Force Base California. The Government is seeking qualified, experienced sources capable of performing the work described below. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, and SDVOSB businesses are highly encouraged to participate. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. Interested sources are requested to complete the attached Sources Sought Survey and email the completed forms to: AFMS.CESWL-AFMS@usace.army.mil not later than Thursday, February 7, 2013. Prior Government contract work is not required for submitting a response under this sources sought synopsis. BACKGROUND The anticipated award will provide Design-Build (D-B) Construction Services to include Initial Outfitting not to exceed $2.5 million for the renovation of existing space, enhance patient flow, reduce operating cost, and significantly enhance the clinical environment for patients and staff. REQUIREMENT Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the renovation of the Beale Air Force Base Dental Clinic, Family Health Clinic and Medical Command Section estimated at 6,500 gross sq ft. The scope of work for the resultant contract will primarily be associated with the renovation of the existing facility to include initial outfitting of the facility. A complete renovation of the existing space that increases efficiency is required. Work may include restoration and/or modernization of dental treatment rooms, remove lead-based tile & asbestos, accommodate new family health clinic treatment rooms, and realign existing spaces. A significant aspect of this contract will provide for associated initial outfitting (IO) services to outfit new or newly-renovated medical facilities, to be performed in two steps: Step 1 - Initial Outfitting Transition (IO-T), to include project management, transition/relocation planning, planning/design and technical support, product selection/planning, inventory identification, storage, movers, supervision, and budget development, tracking and adherence; and Step 2 - Initial Outfitting Commodities (IO-C), to include procurement of the product, installation labor, transportation, tools, materials, storage and freight, case goods, furniture and furnishings equipment, artwork, signage, information technology/communication and resource protection systems. The IO effort will also include the move, reconfiguration, teardown, salvage, and/or disposal of existing products and inventory storage and installation of reusable systems furniture. The objective is for the contractor to provide turn-key services for the design and construction/renovation of the facility as well as the delivery of medical equipment, furniture, case goods, communication equipment, information technology hardware and software, and furnishings. These services must include cradle to grave project management services, design services, procurement of furniture and medical/clinical case goods, warehousing capabilities, delivery, installation, inventory, warranty services, commissioning and training on all new equipment/furniture/systems. The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction. The Standard Industrial Classification (SIC) Code is 1542 - General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses. The US Small Business Administration Size Standard is $33.5 Million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-13-R-6011/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02973981-W 20130130/130128234535-131c2a303b8e6acb4fbaf97e2a727fd2 (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.