Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOURCES SOUGHT

Z -- Operations and Maintenance US Army Medical Research and Material Command,

Notice Date
5/4/2017
 
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, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-17-R-0054
 
Archive Date
6/20/2017
 
Point of Contact
Susan E. Gross, Phone: 2514416162
 
E-Mail Address
Susan.E.Gross@usace.army.mil
(Susan.E.Gross@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, Mobile Directorate of Contracting (DOC) is seeking information regarding capability and availability of potential contractors to perform a contract for full service Operation and Maintenance (O&M) of healthcare and medical research laboratory facilities, in support of U. S. Army Medical Research and Materiel Command (USAMRMC), US Navy (USN), National Museum of Health and Medicine (NMHM) and Armed Forces Medical Examiner Service (AFMES) facilities. A determination regarding the potential for small business set-aside will be based on the information and interest received as a result of this notice. Potential contract will have a nation-wide scope (continental United States). The contract is intended to perform operations, maintenance and minor repair on Real Property and Real Property Installed Equipment to the following USAMRMC facilities: US Army Research Institute of Environmental Medicine (USARIEM) Natick, MA; US Army Medical Research Institute of Chemical Defense (USAMRICD), Aberdeen, MD; USAMRMC Headquarters, Fort Detrick, MD; Walter Reed Army Institute of Research (WRAIR), Forest Glenn, MD; US Army Aeromedical Research Laboratory (USAARL), Fort Rucker, AL; Armed Forces Medical Examiners Service (AFMES), Dover AFB, DE; National Museum of Health and Medicine (NMHM), Forest Glenn, MD; Naval Medical Research Center, Fort Detrick, MD. The O&M contract is intended to provide operation, maintenance and minor repair of medical facilities, healthcare and laboratory (MTFs), in a continuous and satisfactory condition on a 24 hour basis, 7 days per week. Requirements include preventive, predictive, and emergency maintenance of all facility systems and components including architectural, mechanical, electrical, and instrumentation. Minor construction incidental to the O&M mission may also be required. Work will vary from site to site and will require extensive knowledge of the functional operation relating to the efficient use of the facility, equipment, facility support systems, and building structures. Since the facilities will be in full operation, the contractor will be required to minimize interference with the daily operation of the MTFs and will be required to implement infection control processes. The Contractor will be required to comply with requirements of a number of regulatory and accrediting bodies such as the American Association for Accreditation of Laboratory Animal Care (AAALAC). The facilities to be covered by the intended contract include Bio-safety Levels (BSL)-2, 3, and 4 research laboratories and laboratory support functions, Animal Bio-safety Levels (ABSL) -2, 3, and 4 animal holding facilities for small and large species to include non-human primates and vivarium facilities, veterinary treatment facilities, public health/analytical laboratories, field laboratories (dry labs), food analysis and diagnostic laboratories, laboratories working with chemical agents, and facilities that use specialized equipment/chambers. MEDCOM laboratories focus on research, development, testing and evaluation of medical products related to health hazards associated with aviation, tactical combat vehicle systems, selected weapons systems, airborne operations, environmental hazards, combat casualty care (trauma, burn and critical care), medical hazards of laser radiation, and exposure to extreme thermal conditions (heat, cold, high terrestrial altitude). The performing contractor's personnel will be required to meet security and health screening requirements. In addition, there may be facilities or portions of facilities that require medical testing and/or immunization of Contractor employees, beyond basic OSHA requirements, before the employees are authorized to work in the controlled room, area, or facility. This requirement may be due to the containment requirements in bioresearch laboratories, the potential for exposure of workers to toxins or communicable diseases, etc. Work may range from reconfiguration of a single room or repair of a single utility system component to renovation of a facility functional area to include both repair of failed and failing systems and components, and minor construction of new systems and components. Joint Commission Environment of Care requirements and other applicable requirements must be met, including maintenance of records of preventive maintenance on all critical systems and compliance with/ implementation of the facility's Utilities Management Plan. This acquisition is for two years to include a base plus one year option with an anticipated value between $30,000,000 and $49,000,000. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Businesses, and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability to perform, to include geographic reach, logistic capabilities, and ability to perform a project of this size. Include offeror's in-house capability and established relationship with subcontractors, to perform operations, maintenance and minor repair. Medical facility operations, maintenance and minor repair experience by the Prime Construction Contractor is required. Operation and maintenance of a single building system (HVAC< electrical, etc.) is not considered indicative of experience in full service facility operation and maintenance. 3. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 4. Offeror's bonding capability per contract, expressed in dollars. 5. No more than five (5) projects that are at least 50% operations/maintenance complete within the past five years, as of the date of this notice, that demonstrate their capability to perform, in active medical facilities, the type of work described above. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role (i.e., prime, sub, etc.), Offeror's effort that was self-performed, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). Interested Offerors shall respond to this Sources Sought Synopsis no later than 05 June 2017. ALL RESPONSES MUST BE EMAILED CTC-Proposals-MEDCOM@usace.army.mil. The subject line for each response should include Response to Sources Sought Synopsis MEDCOM O&M. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-17-R-0054/listing.html)
 
Place of Performance
Address: MEDCOM Facilities, Multiple Locations, P.O. Box 2288, 109 St. Joseph St., Mobile, Alabama, 36619, United States
Zip Code: 36619
 
Record
SN04496433-W 20170506/170504235539-920260771f7a99e9e113be641bb91655 (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.