Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
SOLICITATION NOTICE

Y -- Troop Medical Clinic, Fort Gordon, GA

Notice Date
4/7/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-17-R-0010
 
Point of Contact
Andrew K. Page, Phone: 912-652-5900
 
E-Mail Address
andrew.k.page@usace.army.mil
(andrew.k.page@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Savannah District intends to issue a Request for Proposal (RFP) W912HN-17-R-0010 for the design and construction of a Troop Medical Clinic at Fort Gordon, GA. The Design-Build Contractor shall design and construct a new medical clinic at Fort Gordon. No demolition of existing facilities is required. The scope of this project is a two-story building plus supporting facilities including utilities, site improvements, and 341 parking spaces for patients and staff. It is anticipated that the Base Scope will be approximately 44,800 SF with a Bid Option Scope of approximately 14,200 SF. The project is needed to expand treatment capabilities and consolidate various facilities around Fort Gordon to provide convenient and efficient medical care to approximately 18,600 Active Duty (AD) soldiers and Advanced Individual Training (AIT) students in one location. The Design-Build Contractor will be required to obtain formal LEED Silver certification by USGBC. The Consolidated Troop Medical Clinic (CTMC) will provide the following services: a. Primary Care (Soldier Centered Medical Home) b. Hearing Conservation c. Radiology d. Laboratory e. Pharmacy f. Patient Administration g. Behavioral Health Clinic h. Optometry i. Physical Therapy The subsequent Contract will result in a C-Type design build contract with a base bid award and options. The Period of Performance is 730 calendar days from Notice to Proceed. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000. TYPE OF SET-ASIDE: This acquisition will be a Full & Open competitive procurement (Unrestricted). CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000. SELECTION PROCESS: The proposals will be evaluated using a Best Value source selection process. This is a two-phase Design-Build procurement process. Potential offerors are invited to submit their performance and capability information as will be described in Section 002100 of the Solicitation, for review and consideration by the Government. The selection process for Phase I will evaluate such factors (not necessarily in order): Relevant Specialized Experience, and Past Performance. Following completion of the evaluation of Phase I, up to a maximum of five (5) most highly qualified offerors will be selected to participate in Phase II. The selected offerors for Phase II will be invited to submit proposals as will be described in Section 002100 of the Solicitation, for review and evaluation by the Government. The selection process for Phase II will evaluate such factors (not necessarily in order): Building Function and Aesthetics, Quality of Building Systems, Site Design, Small Business Participation, and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the Phase I solicitation on or about 21 April 2017 and approximate closing date for Phase I is on or about 23 May 2017. The approximate issue date for the Phase II solicitation is on or about 6 July 2017 and the approximate closing date for Phase II is on or about 8 August 2017. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Andrew K. Page at andrew.k.page@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-17-R-0010/listing.html)
 
Place of Performance
Address: Fort Gordon, Georgia, United States
 
Record
SN04464916-W 20170409/170407234753-bdcd7fa503e073078cbe1ab3f1f31243 (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.