Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SPECIAL NOTICE

Y -- DRAFT RFP MEDICAL/DENTAL CLINIC - MED DRAFT RFP

Notice Date
11/7/2019
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii, 96860-3134, United States
 
ZIP Code
96860-3134
 
Solicitation Number
N62742MED
 
Archive Date
12/6/2019
 
Point of Contact
LESLIE M. TAKAYAMA-HO, Phone: 8084713416, TYLER MOON, Phone: 808-474-4550
 
E-Mail Address
leslie.takayama-ho@navy.mil, tyler.moon@navy.mil
(leslie.takayama-ho@navy.mil, tyler.moon@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NAVFAC Pacific Construction Contracts Branch is providing the draft solicitation for industry review and comment. The draft solicitation is being released as part of the Government's efforts to improve the understanding of Government requirements and industry capabilities prior issuance of a Request for Proposal (RFP), thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to obtain quality construction, at reasonable prices, and possibly increase efficiency in proposal preparation. The draft solicitation is for the construction of a multi-story Branch Health Clinic at Naval Support Activity (NSA) Marine Corps Base (MCB) Guam to provide primary medical and dental care to Marine active duty populations on Guam. The project will provide a Medical Administration, Marine Centered Medical Homeport (MCMH) Admin, Primary Care, Optometry Clinic, Behavioral Health Clinic, Preventive Medicine, Pharmacy, Laboratory, Radiology, Physical Therapy, Dental Clinic, Logistics (w/ Emergency Management Supplies Storage), and Common Areas. The cost is estimated to be between $25 million and $100 million. The RFP (if any) and resulting contract (if any) will be subject to the Federal Acquisition Regulations (FAR) and supplemental U.S. Department of Defense and Agency Acquisition Regulations. The 65% Design Submittal is available at the following direct link https://www.fbo.gov/fedteds/TDPN62742MED. Any comments received in regard to this requirement may be taken into consideration in the development of a final RFP (if any). The Government will not provide responses to comments received. Issuance of the draft solicitation shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this draft solicitation or otherwise pay for review or comments. Unsolicited proposals will not be accepted. All information will be held in a confidential manner and will only be used for the purposes intended. Comments shall be provided with complete information as the Government will not seek clarification of information provided. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holders list. Interested parties are requested to respond to this announcement by providing questions and/or comments via e-mail to Contract Specialist, Leslie Takayama-Ho at leslie.takayama-ho@navy.mil. The responses are due NLT than 2:00 PM HST on 21 November 2019. Responses shall include the following: organization, name, mailing address, phone number, and e-mail of designated point of contact. Proprietary information will not be accepted. The Government intends to use various Navy personnel and possibly an architect-engineering firm to review and evaluate any responses to this announcement. Government is seeking early industry engagement on the following questions. Item No.Question 1Are there any Division 1, General Requirements that could be eliminated without detriment to successful project execution and undue risk? 2Are there any Division 1, General Requirements provisions that could be added to improve and facilitate efficiencies in work execution? 3Is 24-month performance period to complete construction reasonable/executable without undue hardship and risk? 4Are there alternative building systems and components that would enhance maintainability (total ownership cost with consideration of initial investment, economic life, operations and maintenance cost, replacement cost, etc.)? 5Are there alternative building systems and components for enhanced sustainable design and energy reduction? 6Are there alternative building systems that would enhance constructability? 7What are the Workforce Labor and housing challenges contractors currently face? 8If allowed, are alternate work hours beneficial toward early finish? 9Are there long lead materials or equipment to be noted? 10What are the contractor's Laydown area requirements that would enhance execution? Not responding to this announcement does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the betasam.at beta.sam.gov/. It remains the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N62742MED/listing.html)
 
Record
SN05492300-W 20191109/191107230936-7dbf68a865540bf3a0cd39e469eedf86 (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  © 1994-2020, Loren Data Corp.