Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2014 FBO #4549
SOURCES SOUGHT

Y -- Medical Repair and Renewal Design/Build (MRR DB)

Notice Date
5/7/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY14R0061
 
Response Due
5/21/2014
 
Archive Date
7/6/2014
 
Point of Contact
John C. Kirkwood, 256-895-1793
 
E-Mail Address
USACE HNC, Huntsville
(john.c.kirkwood@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice IS NOT A REQUEST FOR PROPOSAL (RFP) nor does its issuance restrict the Government's ultimate acquisition approach. The Government will NOT reimburse the contractor for any cost associated with preparing or submitting a response to this notice This notice is issued solely for informational and planning purposes and does not constitute a solicitation. The U.S. Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and award multiple indefinite delivery indefinite quantity (IDIQ) Medical Repair and Renewal Design/Build (MRR DB) contracts. The objective of this procurement is to acquire repair/construction contracts which are intended to provide quick response for performing major repair and minor construction relating, but not limited, to the architectural, mechanical, electrical, instrumentation, security and safety areas of Government medical facilities in a cost effective manner. Work requirements will be defined in specific task order Performance Work Statements (PWS) under a base contract PWS. Individual task orders will be solicited via Request for Proposal to multiple award task order contract (MATOC) holders as firm-fixed-price competitively-selected best-value awards. Work scope will vary from site to site and will require extensive knowledge of the functional operation of medical facilities, including equipment, facility support systems, and building structures. Since the facilities will typically be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities and will be required to implement infection control processes and to comply with Joint Commission requirements for construction work in occupied medical facilities. Work may range from reconfiguration of a single room or functional area, or repair of a single utility system component; to more extensive efforts of a hospital wing, including both repair of failed and failing systems and components, and minor construction of new systems and components. Key personnel, to include on-site supervisors, are required to hold an American Society for Healthcare Engineering construction certificate. Total programmatic capacity for the planned acquisition is $990,000,000. Any awarded contract will have ordering period of potentially five year life of the contract (base year plus four option years). NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested firms should complete and submit a capability statement via email to john.c.kirkwood@usace.army.mil no later than 21 May 2014, 2:00 PM Central Time. Responses will not be returned nor will be considered by the Government as offers. Any questions concerning this requirement should be submitted electronically via email to the Contract Specialist, John Kirkwood, at john.c.kirkwood@usace.army.mil. The purpose of this sources sought notice is to conduct market research to determine the availability of qualified contractors to perform these services to include Large Business Concerns, Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, and Service Disabled Veteran Owned Small Businesses. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. Offerors are requested to respond to this Sources Sought Synopsis with the following information, which shall not exceed ten pages: 1.Offeror's name, address, point of contact, phone number, email address. 2.Offeror's Business Size/Status, cage code, and NAICS codes. 3.Would you propose as a prime contractor, joint venture, or a teaming arrangement? 4.Bonding Capacity a.What is your maximum bonding capacity (i.e. construction bonding level) per contract or task order award, expressed in U.S. dollars? b.What is your aggregate/cumulative construction bonding capacity, expressed in U.S. dollars (i.e. sum of multiple contracts/task orders)? 5.Is your firm (or team/joint venture) capable of performing multiple contracts simultaneously in various geographic locations? 6.List the States in which you have the capability/interest to perform work. 7.Does your firm (or team/joint venture) have the capability and qualifications to accomplish Work Plans/designs? (Workplans/designs are prepared by the Contractor to include scope, schedules, construction costs, and demonstrate code compliance and standards in order to perform a repair/renewal action to construct or correct a facilities repair and/or renewal situation. Work plan/design may also include detailed drawings, engineering calculations, criteria, manufacturers data, comprehensive schedules, cost estimates, catalog cuts, etc.). 8.Does your firm (or team/joint venture) have the capability and qualifications to accomplish construction or repair/renewal efforts to include architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, force protection, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government facilities? 9.Does your firm (or team/joint venture) have the capability, qualifications and experience to perform work at Government medical facilities in accordance with all applicable medical technical publications, codes, and specifications? Explain the extent of your medical facility experience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY14R0061/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03359283-W 20140509/140507234258-5f2fb7bc1b375675e85ab40bd5427c4a (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.