Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOLICITATION NOTICE

Z -- Medical Repair and Renewal Design-Build Construction VII

Notice Date
8/25/2022 1:36:48 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
 
ZIP Code
35806-0000
 
Solicitation Number
W912DY21R0014
 
Response Due
9/9/2022 12:00:00 PM
 
Archive Date
09/09/2022
 
Point of Contact
Jason Johnston, LaSheena Bentley
 
E-Mail Address
jason.c.johnston@usace.army.mil, Lasheena.T.Bentley@usace.army.mil
(jason.c.johnston@usace.army.mil, Lasheena.T.Bentley@usace.army.mil)
 
Description
The U.S. Army Engineering and Support Center, Huntsville (CEHNC) intends to solicit proposals in support of the Medical Repair and Renewal (MRR) Design-Build (D-B) Construction Program. This pre-solicitation notice is posted to publicize the Government�s intent to issue a solicitation for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) at diverse locations throughout the Contiguous United States (CONUS), including the District of Columbia; as well as outside the Contiguous United States (OCONUS), including Alaska, Hawaii, Guam (U.S. Territory), Puerto Rico (U.S. Territory), Spain, Germany, Italy, Greece, Turkey, Belgium, Ghana, Honduras, Peru, Guantanamo Bay (Cuba), Japan, Thailand, Philippines, Korea, Singapore, and Cambodia. This is NOT A REQUEST FOR PROPOSAL. This acquisition is being offered under full and open competition with an 8(a) small business reserve and a small business reserve. The proposed MATOC will have a seven (7) year ordering period consisting of a three-year base period and four, one-year option periods. The MATOC will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. The Government will target twelve awards with four reserved for 8(a) small businesses and four reserved for small businesses. The Government reserves the right to award more, less, or none at all. The estimated capacity of this procurement is $1,300,000,000.00 ($1.3B). The total capacity will be shared amongst all awardees in the MATOC. Task orders issued under this contract will be for the design-build of medical repair and renewal program projects. Task orders issued under this MATOC will be firm-fixed-price and may include options. Comparable projects in the private sector that are similar to the construction contemplated include the repair, renovation, conversion, and alteration of occupied medical facilities. Awards will be made to offerors whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. This solicitation will be issued in electronic format only. Phase One for this solicitation will be available approximately 15-30 days after the closing date of the synopsis. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of Phase I proposals. The solicitation will be posted to Contracting Opportunities at www.sam.gov and will be available to contractors without charge. Contractors can search for the procurement by using the following solicitation number: W912DY21R0014. Contractors can follow the solicitation by signing into SAM.gov and selecting �follow� in the top right corner of the Contract Opportunities detail page. Followed opportunities will appear in your Workspace area under the �Profile� section which is where you can select to receive email notifications and the frequency of those notifications. Contractors can add their entity to the Interested Vendors List which others can access through the SAM.gov site. It is the offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. Questions concerning this synopsis should be directed to Jason Johnston, Contract Specialist, at 256-895-1505 (fy21mrrviimatoc@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. A DRAFT of the Solicitation is included with this synopsis. As this is a draft, certain information such as the due date, pre-proposal conference information, and ProjNet information have all been redacted since they are subject to change pending the posting date of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/694d4cd107274e2aa886f06c7d5ad07a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06440985-F 20220827/220825230126 (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.