Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for Design-Build (DB) Construction

Notice Date
5/20/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S-16-R-6000
 
Archive Date
7/21/2016
 
Point of Contact
BettyeLou Mahoney, Phone: 5013401056
 
E-Mail Address
bettye.l.mahoney@usace.army.mil
(bettye.l.mahoney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING. TITLE: Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) For Design-Build Construction In Support of Military Health System (MHS) DESCRIPTION: THIS ACQUISITION IS FOR FIRM-FIXED PRICE (FFP) INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC) FOR DESIGN BUILD (DB) CONSTRUCTION. The MHS relies on the support of the Air Force Medical Support Agency (AFMSA) and the US Army Corps of Engineers (USACE) - Little Rock District (CESWL) to execute its health facility program. A means to manage this program is via Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). Under these contracts, the contractor provides all necessary labor, material, supervision, and equipment for the design, construction, repair/alteration, and outfitting to sustain, restore, and/or modernize hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers, and any other healthcare buildings, using recapitalization funding and processes. The Scope of Work (SOW) for the resultant contracts will primarily be associated with the renovation of existing facilities, but may also include major repair and new construction. Work may include mechanical (to include medical gas and plumbing), electrical, fire protection, architectural (to include building envelope), conveying systems, structural (to include antiterrorism/force protection), and civil/site infrastructure. This requirement will be performed within the CONUS to include AK and HI. This work is performed in ongoing active healthcare facilities. This acquisition will be a firm-fixed price (FFP), indefinite delivery/indefinite quantity (IDIQ), multiple award task order (MATOC), for design-build construction services. It will be procured using the two phase design-build selection procedures in accordance with FAR Part 36.3. The acquisition is unrestricted with a small business reserve. A combined pool of three (3) or more small business Offerors and three (3) or more Offerors comprising the unrestricted pool will be established with a shared capacity of $900M. A small business reserve will be utilized in which all projects valued at $12 million and below will be a small business set aside within the MATOC. Projects valued at over $12 million will be competed among all MATOC holders. If there is no competition on a project valued at $12 million and below from small business, then the project will be competed among all MATOC holders. The contract duration will be for a base ordering period of twenty-four (24) months plus three (3) twelve (12) month option periods. Most projects (task orders) will range between $750K and $75M with an average performance period of 2-4 years. The scope of the work includes "cradle-to-grave" services such as design, construction, outfitting, excessing moves (aka "transition"), and demolition and will be predominately healthcare facilities such as inpatient care, outpatient clinics, medical research and labs, outpatient rehabilitation, dental, veterinary, pharmacies, etc. Most projects will be required to meet LEED certification, range between 20,000-400,000 SF, and involve either multi-phased renovation projects all while maintaining on-going healthcare operations or new construction. It is estimated that approximately six (6) to twelve (12) task orders will be executed annually so Contractor's may be required to simultaneously delivery multiple projects at different locations. Projects will be mostly for Air Force clients, but other Federal/Department of Defense clients (such as Army) may also use the contract so familiarity with DOD and AF criteria is required. Using integrated project delivery (IPD) principles and Lean processes, the Contractor's and their partners/subcontractors will be required to work closely with multiple stakeholders to include users, owner and installation representatives, government subject matter experts, architectural review boards, etc. In accordance with FAR 36.3, Two-Phase Design-Build Selection Procedures, a Two-Phase source selection process will be used to evaluate the Offerors for award. In Phase I, interested firms or joint venture entities (referred to as "Offerors") may submit certain specified performance proposals, demonstrating their capability to successfully execute the DB contract resulting from this solicitation. The Government will evaluate the performance capability in accordance with the criteria described in the Phase I solicitation documents. Those offerors who are considered the most highly qualified during Phase I (no more than five (5) small businesses and no more than five (5) firms from the unrestricted pool) will be requested to submit the proposal requirements for Phase II. Specific evaluation criteria will be provided in the solicitation documents. In Phase II, the selected Offerors will submit certain specified technical design proposals for an initial task order and a price proposal. The Government will evaluate the Phase II proposals in accordance with the criteria described for Phase II in the solicitation documents, and award to the responsible Offerors, whose proposals conforms with all the terms and conditions of the solicitation and whose proposals are determined to represent the overall best value to the Government. The Government will post the solicitation and all subsequent amendments to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site http://www.fedbizopps.gov. It is the Offeror's sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to receive posting notifications. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information on CCR, ORCA, & EPLS and/or how to register, visit the following web site: https://www.sam.gov. Estimated solicitation issue date is on or about June 6, 2016. Phase I proposals are anticipated to be due on or about July 6, 2016. The North American Industry Classification System code for this procurement is 236220 - Commercial and Institutional Building Construction. The US Small Business Administration Size Standard is $36.5 Million. The Standard Industrial Classification (SIC) Code is 1542 - General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses. Federal Service Code (FSC Code): Z2DA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-16-R-6000/listing.html)
 
Record
SN04124479-W 20160522/160520234617-d60900606ce2194de7c4adff2d035e0a (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.