Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2006 FBO #1755
MODIFICATION

Y -- 8(a), HubZone, and Service-Disabled Veteran-Owned Sources Sought for the Medical Repair and Renewal (MRR) Program

Notice Date
9/14/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-06-R-0028
 
Response Due
10/13/2006
 
Archive Date
12/12/2006
 
Small Business Set-Aside
N/A
 
Description
This sources sought notice is intended for further market research purposes, and is not a solicitation. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. It is the G overnments intent to consider awarding all or part of this acquisition under the authority of the 8(a) Program (see FAR 19.8), the HUBZone Program (see FAR 19.13), and/or the Service-Disabled Veteran-Owned Small Business Procurement Program (see FAR 19.14) . The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for one or more of the designated concerns previously identified. Any 8(a), HUBZone, or Service-Disabled Veteran-Owned conc ern that meets the minimum requirements identified within this announcement may indicate its interest to propose as a prime contractor for this acquisition whereby the work will be performed either (1) 100% by the concern or (2) at least 15% performed by t he concern and the remaining work subcontracted. If a single 8(a), HUBZone, or Service-Disabled Veteran-Owned concern lacks the necessary capacity or capability to perform the contract on its own, a teaming arrangement (i.e. two or more companies form a t eaming arrangement or joint venture to act as a potential prime contractor) is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing t he 8(a) Program teaming arrangements/joint ventures are described in the Code of Federal Regulations at 13 CFR 124.513. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules govern ing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403 (c) and 13 CFR 125.15(b). You may obtain these regulations at the following websites: 1) Code of Federal Regulations - http://www.gpoaccess.g ov/cfr/index.html and 2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and award multiple indefinite delivery indefinite quantity (IDIQ) contracts for its Medical Repair and Renewal (MRR) Program. Medical Repair and Renewal contracts are intended to provide quick response for medical facility repair, renovation, conversion, alteration, additions, construction, equipment procurement / installation, a nd maintenance services on installed equipment/systems at Government installations and medical facilities. The Contractor may be required to survey the problem areas, evaluate and recommend solutions, develop and implement work plans in a timely manner wi thin negotiated costs, and provide the repair/renewal/construction efforts to support the design solution. At times, the Contractor may be required to provide stand alone construction efforts without the provision of the associated services (i.e. site inv estigation, work plan, etc.). Task orders may be awarded for work to be performed through-out the United States, including Alaska, Hawaii, and all US territories, for the following Government agencies: Department of Defense, Department of Homeland Securi ty, Veterans Administration, State Department, Department of Interior, Department of Energy and Department of Transportation. Also, work performed for these Government agencies may also be required in the following overseas locations: Kuwait, Qatar, UAE, Yemen, Iraq, Saudi Arabia, Egypt, Kazakhstan, Afghanistan, Indonesia, Japan, Korea, Cuba, Azores, Germany, Kwajalein, Spain, Italy, Israel, Bosnia-Herzegovina, Albania, Poland, Serbia, Hungary, Macedonia, Ukraine, Russia, and Turkey. OCONUS requirements a re a minimal percentage of the work to be performed under this acquisition. Upon analysis of the responses, it will be determined if companies are interested o nly in task orders performed in the United States or if they are capable in addition to perform in overseas locations. Task order awards may be firm fixed-price and/or time and materials. The NAICS code for this program is 236220, Commercial & Institutio nal Building Construction. The small business size standard is $31 million. The magnitude of construction for the MRR program is approximately $500,000,000. Multiple contract awards may be made under the anticipated solicitation. Contract award(s) are anticipated in the November 2007 timeframe with a one (1) year base award and four (4) option years for a total of five (5) years possible. Prior Government contract experience is not required for submitting a response under this source sought notice or f or submitting a proposal under the planned solicitation. However, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM385-1-1 (a copy may be obtained at the following we bsite address: http://www.usace.army.mil/usace-docs/eng-manuals/em385-1-1/toc.htm) and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. In addition, OCONUS 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 as an interested vendor. You are also encouraged to register on the fed eral business opportunities website to receive notification with regard to any updates posted to the federal business opportunities website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are request ed to respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. Responses/capability statements provided as a result of this notice shall include the following information: * Ven dors name, address, point of contact, phone number, email address, business size, 8(a) status, HubZone status, Service Disabled Veteran Owned (SDVO) status. * Would you be proposing on this project as a sole contractor, prime contractor with subcontracto r(s), prime contractor with team member subcontractor(s), or a 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 subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FA R 19.1403 (c) and 13 CFR 125.15(b). * Indicate your maximum bonding capacity (i.e. construction bonding level) per contract or task order award, expressed in U.S. dollars. If a teaming arrangement/joint venture is planned, provide your teams/joint ventu res maximum bonding capacity per contract or task order award, expressed in U.S. dollars. * Indicate your aggregate/cumulative construction bonding capacity, expressed in U.S. dollars (i.e. sum of multiple contracts/task orders). If a teaming arrangemen t/joint venture is planned, provide your teams/joint ventures aggregate/cumulative construction bonding capacity, expressed in U.S. dollars (i.e. sum of multiple contracts/task orders). * Explain your (or teams/joint ventures) capability, both narrative and expressed in a maximum U.S. dollar figure, of performing multiple contracts simultaneously in various geographic locations. * List the States in which you (or team/joint venture) have the capability/interest to perform work. * Identify your interest in one of the following performance options: Option 1) interest in performing work only in specific states (must provide a list of states if interested in thi s option); Option 2) interest in performing work within the United States (to include Alaska and Hawaii) only; or Option 3) interest in performing work both within the Continental United States, Alaska, Hawaii, U.S. Territories, and overseas locations. * Explain your (or teams/joint ventures) capability and qualifications to perform Site Investigations (i.e. an inspection of an installation or facility to evaluate areas and to obtain specific information pertaining to a proposed repair/renewal action) * Explain your (or teams/joint ventures) capability and qualifications to provide Feasibility Studies (i.e. A study undertaken to develop a list of alternatives, detailed analysis of each alternative, and recommend a course of action for a proposed repa ir/renewal requirement) * Explain your (or teams/joint ventures) capability and qualifications to develop Work Plans (i.e. documentation required for Huntsville Center (HNC) to monitor the Contractors efforts with regard to scope, schedules, costs, code s, and standards in order to perform a repair/renewal action to construct or correct a facilities repair and/or renewal situation. May include detailed drawings, engineering calculations, criteria, manufacturers data, comprehensive schedules, cost estimat es, catalog cuts, etc.) * Explain your (or teams/joint ventures) capability and qualifications to perform construction or repair/renewal efforts to include (both general and medical specific) architectural, mechanical, electrical, civil, structural, ins trumentation, communications, security, force protection, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government facilities. * Explain your (or teams/joint ventures) capability and qualifications to p erform asbestos or lead-based paint abatement. * Explain your (or teams/joint ventures) capability and qualifications to provide site security (fencing, lighting, or guard service) * Explain your (or teams/joint ventures) capability and qualification s to perform the work required under this contract at Government medical facilities in accordance with all applicable medical technical publications, codes, and specifications? * Vendors are also welcome to advise of their lack of interest in this type o f acquisition along with comments explaining the reasons for their disinterest and any recommendations for making this solicitation more appealing. Please refrain from submitting unsolicited documents such as promotional literature in response to this sou rces sought. Responses should be limited to the information requested in this sources sought notice and submissions shall not exceed 15 pages in length. All responses shall be provided by 1600 central time on 13 October 2006 to the attention of Ms. Sarah Annerton via email to: sarah.annerton@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01143965-W 20060916/060914221702 (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.