Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2015 FBO #4926
MODIFICATION

C -- Medical Architectural & Engineering Services

Notice Date
5/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-16-R-0001
 
Point of Contact
John C. Kirkwood, Phone: 2568951793
 
E-Mail Address
john.c.kirkwood.civ@mail.mil
(john.c.kirkwood.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). This sources sought notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT A REQUEST FOR A STANDARD FORM 330 nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The U.S. Army Engineering and Support Center, Huntsville is seeking capability statements from firms interested in proposing on an Indefinite Delivery type service contract for Architect-Engineer (A-E) design and engineering support services in support of the Medical Division. Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. The Medical Division programs provides quick response to repair/renewal situations relating to the architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government medical and other facilities. The U.S. Army Engineering and Support Center, Huntsville anticipates award of up to six A-E indefinite delivery contracts (IDCs). The Government reserves the right to award more, less, or none at all. The Government anticipates multiple year contracts with an ordering period of one twelve-month base period and four twelve-month option periods. The total estimated programmatic value of this acquisition is $225M. The U.S. Army Engineering & Support Center, Huntsville intends to solicit and award multiple indefinite delivery contracts for architectural-engineering services for medically-related projects. It is the Government's intent to explore whether this acquisition should be reserved in whole, in part, or not at all for small business set-asides. As a result, the Government is performing market research in order to determine whether a sufficient number of small businesses possess the necessary experience or capability to execute requirements within this acquisition. Respondents need to indicate all small business designations (Small Business, 8(a), certified HUBZone, Woman-Owned, and/or Service-Disabled Veteran-Owned). Interested small business firms who meet the experience or capability requirements identified in this notice are requested to reply to this e-mail with a response to the requirements presented below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon small business responses received, consideration will be given to determining if the acquisition will be set aside for small business competition. The objective of this contract is to provide technical support and designs for Government medical facility repair/renovations in support of the Department of Defense medical requirements. Specific requirements are expected to include, but will not be limited to medical facilities related services such as the preparation of design criteria, architectural and engineering designs, specifications, evaluations, analyses, studies, economic analyses, consultations, comprehensive planning, program management, value engineering, construction phase services, investigations, surveying, mapping, testing, construction inspection services, preparation of operating and maintenance manuals, equipment and systems commissioning, and other related services for medical facilities, including medical administrative and training facilities. Additional support may include: environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, other special studies, investigations, and programmatic support services; and as-builts, construction management, and engineering/design changes during medical construction. Minimum requirements of sources: Potential sources for performance of the support services shall be fully qualified in providing A-E services related to medical facility repair/renovation: 1. A Small Business concern shall indicate the capability of simultaneously performing at least six task orders valued greater than $150,000 AND two task orders valued greater than $500,000 in various geographic locations, while staying inside the limitations of subcontracting at FAR 52.219-14 (at least 50 percent of the cost of performance incurred for personnel shall be expended for direct employees of the firm). Indicate which personnel from your firm would perform the majority of work and what type of work would be sub-contracted. 2. A Small Business concern shall indicate the capability of performing work in the required geographic locations including, but not limited to, the Contiguous United States (CONUS), Alaska, Hawaii, U.S. Territories and possessions, and in identified overseas locations (OCONUS) (e.g. Japan, Korea, Germany, Kwajalein, Italy, Spain, Thailand, England). 3. A Small Business concern shall demonstrate the capability, knowledge, and qualifications to perform design for repair and renovation at Government medical facilities in accordance with all applicable medical technical publications, codes, and specifications. The Government is especially interested in work involving aging facilities that do not have current as-built information and will require field verification. 4. A Small Business concern shall demonstrate the capability and qualifications to provide A-E services for medical facilities and related projects involving various issues and requirements. Indicate whether the firm has experience with each of the following: - Safety and Health (OSHA) - The Joint Commission (TJC) - Infection Control - Force Protection - Center for Disease Control and Prevention/National Institute of Health (CDC/NIH), "Biosafety in Microbiological and Biomedical Laboratories (BMBL) - Hazardous Material and Hazardous Waste (to include Medical Waste, Asbestos, Lead Base Paint) - Leadership in Energy and Environmental Design (LEED) - Association for Assessment and Accreditation of Laboratory Animal Care International (AAALAC) 5. A Small Business concern shall indicate a satisfactory record of experience and completion of similar medical facility contracts, and will demonstrate sufficient equipment, personnel, organizational, financial, and technical capability to ensure satisfactory completion of the contract. Indicate the number of professional architects and engineers by discipline available in the firm. 6. A Small Business concern shall indicate the capability and qualifications to provide Quality Assurance and construction phase services over the medical 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). 7. Indicate the number of medical designs or services performed by your firm within the last 6 years in support of a repair/renovation (construction) project with a value of: - Between $250,000 and $500,000. - Between $500,000 and $1,000,000. - Between $1,000,000 and $5,000,000. - Between $5,000,000 and $10,000,000. - Between $10,000,000 and $25,000,000. 8. Explain your (or team's/joint venture's) capability and qualifications to provide medical facilities services for related projects including planning; construction project management; staff training and consultation; transition planning; Defense Medical Logistics Standard Support (DMLSS) support in regards to the operations of the service orders and work requests and General Fund Enterprise Business System (GFEBS) support; facility condition assessment; submittal review and contractor RFI (Request for Information) coordination - the process for requesting information from the government. A Small Business concern must provide a brief capability narrative demonstrating the firm's experience and qualifications with similar medical A-E services as indicated above, as well as the prime contractor's name, DUNS number, size/status (8a, SDVOSB, HUBZone, etc.), address, point of contact phone number and email address. Submit responses via email to john.c.kirkwood@usace.army.mil. The email subject line shall be "Medical Division A-E Capability Narrative". Submission should be received by 5 June 2015, 2pm Central Time and should not exceed three one-sided, 8 1/2" X 11" pages. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, SF330, etc) will not be considered. Questions concerning submissions should be directed to John Kirkwood, Contract Specialist at 256-895-1793 (john.c.kirkwood@usace.army.mil) or Christi Edwards, Contracting Officer at 256-895-1468 (christi.edwards@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-R-0001/listing.html)
 
Place of Performance
Address: U.S Army Engineering and Support Center, P.O. Box 1600, Huntsville, Alabama, 35807, United States
Zip Code: 35807
 
Record
SN03735557-W 20150521/150519234853-52453f52e8d277ee42ff22ee043498fe (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.