Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2013 FBO #4144
SOURCES SOUGHT

Y -- Veterans Affairs Post Traumatic Stress Disorder (PTSD) Residential Rehabilitation Program (PRP) Facility, Tripler Army Medical Center, Oahu, HI

Notice Date
3/28/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-13-Z-0008
 
Archive Date
5/15/2013
 
Point of Contact
Dayna N. Matsumura, Phone: 808.835.4379, Jennifer Ko, Phone: (808)835-4378
 
E-Mail Address
Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil
(Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Responses are due no later than 2:00 p.m. Hawaiian Standard Time 30 April 2013. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential construction solicitation for the following design-bid-build project: The U.S. Army Corps of Engineers, Honolulu District (POH) has a requirement for the construction of a Post Traumatic Stress Disorder (PTSD) Residential Rehabilitation Program (PRP) Facility which is located a Tripler Army Medical Center, Oahu, Hawaii. The proposed location is a vacant area of 2.5 acres across the gymnasium and below the fire station on Kurkowski Road. This project will involve the design-bid-build construction of single-story building up to 14,600 square feet which includes: A waiting area, recreation room, Telephone/Computer area, up to 16 bedrooms of which 8 bedrooms will have accessible bathrooms with a shower, lavatory sink and toilet. The facility will include a kitchen and dining area with a seating capacity for approximately 30 people. It is anticipated that meals will be prepared in the main hospital kitchen and brought into the facility. The facility will include a medication room, clean and soiled linen and utility rooms, day utility rooms, and storage areas. The facility will consist of two (2) washers and two (dryers), and a laundry sink. It will have two (2) public toilets, two (2) staff toilets, staff locker rooms, one (1) staff shower room, and staff lounge. Air conditioning will be provided by a central chill plant using fan coil units in approximately 12 zones. Parking is included with two (2) areas that will accommodate a total of 50 automobiles. Staffing for the facility will consist of seven (7) with three (3) on a part-time status, six (6) nurses, one (1) doctor, one (1) nurse manager, and three (3) administrative personnel for a total of 18 employees. It is anticipated there will be 16 inpatients and 20+ out patients. When the facility is filled there will be an overall daily population of 34 to 50 people counting outpatients and visitors. The North American Industry Classification code (NAICS) is 236220 - Commercial and Institutional Building Construction. This requirement will be awarded as a firm fixed price construction contract. The project magnitude is between $5,000,000 and $10,000,000. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number or a copy of your Central Contractor Registration (CCR) information (4) Size of firm including category of small business, such as 8(a), HUBZONE, or SDVOSB, large business (5) Firm's Bonding Capability and Capacity for a single contract and your aggregate capability, in terms of U.S. dollars (performance and payment bonds will be required). (6) Statement of Qualifications (SOQ): Describe, up to three (3) past projects for which your firm was the prime contractor. The SOQ shall not exceed three (3) pages in length. Please address your skills, experience, knowledge, and equipment required to perform the specified type of work, specifically: 1) New building construction experience performed by the responding firm. This type of experience involves design-bid-build construction of a single-story building located on a hill. The focus of this experience involves knowledge and past experience of constructing a single-story building on a hill to include a central chill plant, and a parking lot. Include experience with obtaining LEED Silver certification or better on construction projects. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT IF IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-13-Z-0008/listing.html)
 
Place of Performance
Address: Tripler Army Medical Center, Tripler Army Medical Center, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN03022819-W 20130330/130328234619-6d4202030f9e3b3b77db978bdcbb9aa6 (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.