Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOURCES SOUGHT

99 -- SOUTH CAROLINA: COVID-19 Conversion of Facilities into Non-Acute COVID Patient Care Facility

Notice Date
3/27/2020 5:49:59 AM
 
Notice Type
Sources Sought
 
Contracting Office
US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403-5107 USA
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP20S0001
 
Response Due
3/31/2020 7:00:00 AM
 
Archive Date
04/15/2020
 
Point of Contact
Charlenne Figgins, Wayne Hiatt
 
E-Mail Address
charlenne.l.figgins@usace.army.mil, wayne.f.hiatt@usace.army.mil
(charlenne.l.figgins@usace.army.mil, wayne.f.hiatt@usace.army.mil)
 
Description
The purpose of this sources sought (SS) is to gain knowledge of potential sources for this project including interested Small Business Sources.� This notice is for planning purposes only.� All interested parties should respond.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will not be notified of the results of the evaluation. The US Army Corps of Engineers, Charleston District, is seeking information for market research purposes to convert hotels and/or convention centers into an alternate care facility (ACF).� The magnitude and type of contract is yet to be determined.� BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE OR PROCURED THROUGH FULL AND OPEN COMPETITION. SCOPE � SCOPE IS DIVIDED INTO TWO (2) COURSES OF ACTION (COA) 1st Course of Action � Convert a Hotel into a Non-Acute COVID Patient Care Facility (PCF) The Contractor shall convert a hotel to a non-acute infectious COVID-19 patient care facility based on the requirements of NFPA 99 Space Category 3 (Basic Care).� Standard hotel layouts provide the opportunity for single patient rooms with private bathrooms and isolation by floor.� Hotel infrastructure has many built-in fire protection and life safety safeguards.� An emergency generator shall be installed to serve the building.� Centralized medical gas systems will not be provided.� Communications systems will rely upon hotel WIFI infrastructure.� These Alternate Care Facilities shall be supported by a nearby full service hospital to provide logistics, materials, and waste management support and nutrition care. The Contractor is fully responsible for the demolition and demobilization of all provided and installed equipment and materials. Restoration to original condition by others. 2nd Course of Action � Convert a Convention Center into an Alternate Care Facility (ACF) The Contractor shall retrofit the selected space into an Alternate Care Facility (ACF) to serve to serve ambulatory, non-critical patients. This effort is to provide an Alternate Care Facility meeting basic healthcare functions with an emphasis on patient care, infection control, fire protection, and life safety.� Advantages to the user of this space are greater patient density enabling a reduction in healthcare workers and faster construction time as well as greater use of prefabricated construction (e.g. Portable Bathroom Trailers, Conex for support service spaces etc.).� The ACF shall serve as a satellite patient ward supported by a nearby full service hospital.� The full service hospital would provide the logistics, materials and waste management support, nutrition care etc. Prior Government contract work is not required for submitting a response under this sources sought. The North American Industry Classification System Code (NAICS) for this procurement is 236220 � Commercial and Institutional Building Construction. The U.S. Small Business Administration Size Standard is $39.5M. Anticipated solicitation issue date is yet to be determined, however once the solicitation is released, a twenty-four (24) hour response time will likely be required. The Government does not anticipate issuing a pre-solicitation notice prior to release of the solicitation.� Responses to this SS notice shall not exceed three (3) typewritten pages per course of action, must include (1) positive statement of intent to bid as a prime contractor, and (2) completed capabilities survey.� The project name, type of project, dollar value, Contract number, location and Point of Contact are to be included.� Indicate if you were prime or subcontractor.� If you performed as a subcontractor, provide the name and point of contact for the prime contractor.� Provide a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. Interested companies shall respond to this Sources Sought Synopsis no later than 10:00 AM Eastern, Tuesday, 31 March 2020.� All interested companies shall be registered in the System for Award Management (SAM) database in order to eligible for award of Government contracts. �Email your interest to Charlenne Figgins at Charlenne.L.Figgins@usace.army.mil and Wayne Hiatt Wayne.F.Hiatt@usace.army.mil. �Reference solicitation W912HP20S0001 all correspondence.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d51918a2ac9d465b9c606d0570840737/view)
 
Record
SN05603163-F 20200329/200327230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.