Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2023 SAM #7820
SOLICITATION NOTICE

R -- Medical Facility Support Services (MFSS) IIIb

Notice Date
4/24/2023 11:26:44 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W2V6 USA ENG SPT CTR HUNTSVIL HUNTSVILLE AL 35806-0000 USA
 
ZIP Code
35806-0000
 
Solicitation Number
W912DY22R0013
 
Response Due
6/5/2023 10:00:00 PM
 
Point of Contact
Lashonda Smith, Phone: 2568957795, Sharleene Davidson, Phone: 2568952553
 
E-Mail Address
cehnc-mfssiiib@usace.army.mil, cehnc-mfssiiib@usace.army.mil
(cehnc-mfssiiib@usace.army.mil, cehnc-mfssiiib@usace.army.mil)
 
Description
This is NOT A REQUEST FOR PROPOSAL. It is anticipated that a solicitation will be issued on or about 4 May 2023. The United States Army Corps of Engineers (USACE), Huntsville Engineering and Support Center intends to solicit proposals for the Medical Facilities Support Services (MFSS) program in support of Defense Health Agency (DHA). This pre-solicitation notice is posted to publicize the Government�s intent to issue a solicitation using a full and open competition. The period of performance is anticipated to be 84 months, which will consist of a base ordering period of 36 months and two (2), 24 months optional ordering periods. The proposed total shared capacity amongst all awardees for the Multiple Award Task Order Contract (MATOC) is anticipated at $210 Million. Task orders awarded will be firm-fixed-price and may include options. The North American Industry Classification System code is 561210, Facilities Support Services; and Small Business Size Standard is $47M. In Accordance With (IAW) Federal Acquisition Regulation (FAR) 15.304(c)(1)(ii), the Government intends to award a MATOC resulting from the solicitation to each and all qualifying Offerors. A qualifying Offeror is an Offeror that is determined to be a responsible source, submits a technically acceptable proposal that conforms to the requirements of the solicitation, and the Contracting Officer has no reason to believe they would be likely to offer other than fair and reasonable pricing. The Government intends to make awards(s) without discussions; however, the Government reserves the right to hold discussions if necessary IAW FAR 15.306. The Government reserves the right to make staggered awards. Later awarded contracts will have an initial period of performance that will be less than the full 36 months base period in duration and will end on the same date as all other Offerors which receive a base MATOC award. Option periods will be the same for all awardees. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. A more detailed description of the acquisition strategy will be provided in the solicitation documents. The solicitation will be issued in electronic format only. Paper copies of the solicitation will not be available. Offerors can follow the solicitation by signing into https://SAM.gov and search by solicitation number, W912DY22R0013. It is the Offerors responsibility to check https://SAM.gov for any posted amendments to this solicitation. DESCRIPTION OF WORK. The purpose of this contract is to provide performance-based medical facilities support services at U.S. Government medical (with limited related non-medical) facilities outside the Contiguous United States to include Bahrain, Belgium, Cambodia, England, Country of Georgia, Germany, Ghana, Greece, Guantanamo Bay (Cuba), Honduras, Japan, Kenya, Korea, Peru, Philippines, Portugal (Lajes, Azores), Singapore, and Thailand. MFSS IIIb will allow for geographic coverage in support of Alaska and Hawaii, if the task order scope includes work in foreign locations outside the Contiguous United States. Other foreign jurisdictions outside the Contiguous United States may be added to the geographic scope of the base MATOC if deemed appropriate after an analysis of relevant statutes and regulations, including the Competition in Contracting Act, and approval of a FAR Part 6 J&A for an out-of-scope change if appropriate, and analysis of international agreement terms between the United States and the respective foreign jurisdiction. The MFSS IIIb acquisition will be administered under the medical Project Support Services program. Typical non-personal services provided are medically related project and program support including general project support services, support of facility Operation and Maintenance, facility support services, project development services, quantity verification and analysis services, commissioning, occupancy support services, and facilities system support in support of the DHA. Note that there are no Architect/Engineering, direct facility maintenance (e.g., equipment servicing and repair), janitorial services, or construction obtained in this MFSS acquisition. The objective is to provide services for the DHA to include: facilities management support; staff training and consultation; program/project management support; technical coordination support; project development scheduling support; management and tracking of facility operation & maintenance; facility planning; transition planning; project tracking; submittal review and contractor request for information coordination; construction quality management support using the USACE Quality Assurance procedures as identified in Engineering Regulation 1180-1-6 (Contracts Construction Quality Management); real property installed equipment inventories; mechanical, electrical, and plumbing system inspection and functional evaluations; space and equipment configuration support; functional operations, contingency operations, and transition operations support; joint commission statement of condition plan support; project/program preliminary scheduling and phasing support; initial and continuous facility commissioning support; facility occupancy start-up assistance, record drawings modification and updating, warrantee review and post-occupancy evaluation support; and facilities management systems database support, such as maintaining the Defense Medical Logistics Standard Support database. Since the medical facilities will typically be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities in the performance of their duties. Due to the necessity to support Government oversight, the contractor must be an expert in infection control processes and conform to the requirements of The Joint Commission Environment of Care Standards, applicable regulations (FAR, Defense Federal Acquisition Regulation Supplement, Army Federal Acquisition Regulation Supplement) and other applicable policies, to include local, state, other federal policies for work in occupied medical facilities.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9eeddbf2740f48f4a5121dc5a4e79908/view)
 
Record
SN06660012-F 20230426/230424230113 (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.