Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

Z -- Medical Facilities Support Services (MFSS) - MFSSII Performance Work Statement

Notice Date
7/21/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support 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-17-R-MFSS
 
Archive Date
8/16/2017
 
Point of Contact
Stephen White, Phone: 2568951434, Marvinia Adams, Phone: 2568951524
 
E-Mail Address
stephen.g.white@usace.army.mil, marvinia.j.adams@usace.army.mil
(stephen.g.white@usace.army.mil, marvinia.j.adams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MFSSII PWS OCONUS This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification Systems (NAICS) 561210, Facilities Support Services. This Sources Sought notice is intended for market research purposes only, is not a request for proposal, 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 response to this sources sought announcement. It is the Governments intent to consider awarding this acquisition through full and open competition. The U.S. Army Engineering and Support Center in Huntsville, Alabama (CEHNC), Medical Division, intends to solicit and award a Multiple Award Task Order (MATOC) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Medical Facilities Support Services. The estimated capacity of this MATOC IDIQ is $25M. Contract award is anticipated in the 1st Quarter Fiscal Year 2020 timeframe with an estimated twenty-four (24) month base period and three (3) twelve (12) option periods for a total of five (5) years. Task orders will primarily be awarded for work performance of U.S. Army Medical Command (MEDCOM) requirements Outside the Contiguous United States (U.S.).Companies must be capable to provide services Outside the Contiguous U.S. such as Japan, Korea, Italy, and Germany. Task order awards will be firm fixed price. The primary purpose of this requirement is to provide timely requests for Program or Project Management, Construction Quality Management and Technical Support Services in support of medical customers for Department of Defense (DoD) and other designated Federal agencies. The Contractor shall provide medical facilities service support for project management, construction quality management, operations and maintenance, and utilities support for various safety and occupational health requirements for medical facilities. Additionally, the medical facilities service support shall meet all Federal and State regulations pertaining to but not limited to; The Joint Commission (TJC), Infection Control, Asbestos, Lead Base Paint, as well as Hazardous Material and Hazardous Waste (to include medical waste). Ancillary service support for medical facilities include minor medical facility repairs, equipment procurement, installation, and maintenance projects for DoD and other designated Federal agencies. The Contractor may be required to provide program and project management, Construction Quality Management (CQM), project integration, administrative, Defense Medical Logistics Standard Support (DMLSS), and other support services related to medical specific facility requirements and regulations. Prior Government contract experience is not required for submitting a response under this Sources Sought notice; however, the offeror must be cognizant that all construction performance must be in compliance with Federal, State, and Local laws, ordinances, codes, and regulations. In addition, overseas work performed in support of this program must be in compliance with applicable host nation requirements. All responsible sources interested in this acquisition are encouraged to register with the federal business opportunities website (fedbizops.gov) as an interested vendor. You are also encouraged to register on the federal business opportunities website to receive notification with regard to any updates posted to the federal business opportunities website for this acquisition. All interested vendors must also be registered in the government's SAM (System for Award Management) database. All vendors conducting contractual activity in locations outside of the Contiguous U.S. must carry DBA (Defense Base Act) Insurance for all workers. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this Sources Sought notice. All such responses will be considered by the agency. SUBMISSION REQUIREMENTS. Interested firms must provide a brief capability narrative indicating your firm's experience and qualifications with similar type services, as well as the prime contractors name, address, point of contact phone number and email address Submit responses via email to the below Preaward general email address and cc the Contract Specialist and Contracting Officer. Preaward Email: HNC-Preaward-Division@usace.army.mil Points of Contacts (POCs): Contract Specialist: Stephen White, Stephen.g.white@usace.army.mil, 256-895-1434 Contracting Officer, Marvinia J. Adams at Marvinia.j.adams@usace.army.mil. 256-895-1524 Reference in the subject line of the email: W912DY-17-R- MFSS- Medical Facilities Support Services IIb (MFSS IIb) Submission should not exceed eight (8) double-sided, 8 1/2" x 11" pages. Computer files must be compatible with Microsoft Word 2013. Submission shall not exceed 5MB in size. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to the above POCs. Personal visits for the purpose of discussing this announcement will not be scheduled. The firm shall confine submissions to essential matters, sufficient to define the response and provide adequate basis for evaluation. Firms are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each response. Proprietary information shall be clearly marked. The submission shall provide the responses to the eight (8) questions below: 1. Vendor's name, address, point of contact, phone number, email address, CAGE Code, business size, 8(a) status, HubZone status, Service Disabled Veteran Owned (SDVO) status, Woman Owned Small Business (WOSB) status, Economically Disadvantaged Woman Owned Small Business (EDWOSB) status if applicable. 2. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or as a joint venture? If proposing as a joint venture, confirm if this will be an SBA 8(a), HUBZone, Woman Owned Small Business, Economically Disadvantaged Woman Owned Small Business, or Small Disadvantaged Veteran Owned (SDVO) joint venture. Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR § 9.6 for Government policy on teaming arrangements. 3. Explain and provide examples of your (or teams/joint ventures) capability, of performing ten (10) task orders with an approximate value of $5 million simultaneously in various geographic locations. Include information on maximum number of task orders and dollar amount able to perform at any given time. Task order must be complete to be considered acceptable. The technical capabilities shall clearly delineate the division of performance between the prime contractor and any subcontractor(s), if applicable. The firm shall describe its relevant experience in providing services of similar scope and complexity to the requirements by providing the following information for questions 4-8 below: i. Contract number of contract of similar scope and complexity ii. Duration of completed services - time taken to complete iii. Dollar value and type of contract iv. Description of services provided 4. Explain and provide examples of your firms (or teams/joint ventures) capability, of performing work in the required geographic locations outside the Contiguous United States, to include but not limited to Japan, Korea, Italy and Germany. Include information of maximum number of task orders and dollar amount to perform at any given time. Also, if capability is demonstrated through a teaming effort or with a subcontractor, provide a description of corporate interface with the proposed subcontractor including process and lines of authority. 5. Explain and provide examples of your firms (or teams/joint ventures) capability and qualifications to provide Medical Facilities service support for project management, construction quality management, operations and maintenance, and utilities support for various safety and occupational health requirements for medical facilities. 6. Explain and provide examples of your firms (or teams/joint ventures) capability and qualifications to provide construction quality management over the medical construction contractor's quality control process using the USACE Quality Assurance (QA) procedures as identified in ER 1180-1-6 (Contracts Construction Quality Management). 7. Explain and provide examples of your firms (or teams/joint ventures) capability and qualifications to provide Defense Medical Logistics Standard Support (DMLSS) in regards to the operations of the service orders, medical project commissioning support in regards to initial commissioning and continuous commissioning, and work requests and General Fund Enterprise Business System (GFEBS) support required for the web-enabled financial, asset and accounting management system that standardizes, streamlines and shares critical data across the U.S. Army; both of which assist in maintaining the high quality facility operational standards required by the customer. 8. Explain and provide examples of your firms (or teams/joint ventures) capability and qualifications to perform the work required under this contract at Government medical facilities in accordance with all applicable medical codes and specifications. * All submissions shall be provided by 12:00 pm central time on 01 August 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-17-R-MFSS/listing.html)
 
Place of Performance
Address: Outside the Contiguous United States; Japan, S. Korea, Italy, Germany., United States
 
Record
SN04590081-W 20170723/170721235012-221a8414f6ad84390641c05703c34a0a (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.