Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2011 FBO #3441
SOLICITATION NOTICE

Y -- Construction of the Renovation of the Wright-Patterson AFB Medical Center to modern clinical and operational standards.

Notice Date
4/25/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-11-R-0035
 
Response Due
6/6/2011
 
Archive Date
8/5/2011
 
Point of Contact
Tom Dickert, (502) 315-6177
 
E-Mail Address
USACE District, Louisville
(tom.e.dickert@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The construction entails the relocation, reorganization, and modernization of inpatient and outpatient departments consisting of clinical, surgical, support administrative and ancillary spaces, and infrastructure upgrades. The project includes very minimal new construction. Renovated areas total approx. 260K SF vs. total hospital space of 786K SF. The extent of renovation varies with particular areas ranging from total gutting interior spaces for the 4th and 5th floors and consolidating all of mental health functions to the 4th floor and command to the 5th floor; operating room suites and kitchen/dining area with total renovation in-place with phased construction, miscellaneous other clinical and administrative areas with partial renovations in-place; to only cosmetic repairs/upgrades in other areas. Complex construction phasing and infectious control measures are required in the execution of this project and key to successful completion. There are substantial repairs/replacement of mechanical, electrical, water and medical gases plumbing, fire protection, alarming, and communication systems. There will be approx. 26k SF of modular swing space provided (by separate contract) outside the existing hospital to relocate some functions during renovations, allowing the Contractor to have control of the vacated space, while other areas will be reworked with hospital functions maintained in place. The design documents have been prepared around a planned sequence of moves and phasing, but the Contractor will have the opportunity to prepare or amend the final phasing plans, subject to Government approval. There are planned total interruptions of departmental functions, within the design plans, to various service elements for periods of time; and temporary out-sourcing of services will be required. This condition applies to food preparation for patient and staff, as well as central sterile services during Central Sterile department renovation. New furniture and medical equipment purchases/ installation are required as well as storage and reuse of some existing is required. The project also includes roofing repairs and other roof associated repairs, in particular replacement of lightning protection system and mechanical equipment repair/replacement. The project includes upgrades in the central plant area to emergency generator controls and chillers. The project will contain the following option: Other Category C Funded Equipment - miscellaneous items that are not permanently attached to the construction. This solicitation is a Request for Proposal (RFP). The estimated price range is between $100,000,000 and $250,000,000. This Solicitation is the Phase 1 of a 2-Phase Best Value solicitation process. This process requires potential Offerors to submit their performance and capability information initially for review and consideration by the Government. Following the review, evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five highest-rated Offerors to receive the technical requirements package and provide a Phase 2 technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. The selected Offerors will be invited to a Pre-proposal Conference at Wright-Patterson AFB, Ohio. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase 2 only. A construction cost limitation will be provided with the Phase 2 technical requirements package. The proposal requirements for this 2-Phase procurement consists of the following: Phase 1 Proposal - Experience of the Prime Contractor, Safety Information, Prime Contractor Past Performance and Past Performance on Utilization of Small, Small Disadvantaged, and Women-Owned Small Businesses; Phase 2 Proposal - Specialized Experience (Key Subcontractors & Personnel), Management Information (Project Management Plan and Risk Management Plan), Project Labor Agreement Information. Subcontracting Information, Bonding Information, and Price. For Phase 2, all evaluation factors, other than cost or price, when combined, are equal to cost or price. The Phase 1 Solicitation will provide project information and front-end specifications. The Phase 2 Solicitation will provide the plans and technical specifications for the project. NAICS Code is 236220. Contract duration is 1043 days. This is an UNRESTRICTED competitive procurement. Size Standard is $33.5M. Approximate issue date for Phase 1 is 9 May 2011 and approximate due date for Phase I proposals is 6 June 2011 at 12:00 p.m. Louisville Time. Award of a Firm Fixed-Price contract is scheduled for September 2011. Project documents will be available by download from the Internet only. Downloads are available only through the Federal Business Opportunities (FedBizOps) website at http://www.fbo.gov. This announcement serves as the Advance Notice for this project. Amendments will be available from the FedBizOps website by download only. Questions may be addressed to tom.e.dickert@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-R-0035/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02432368-W 20110427/110425234250-acbd9b4283c970b19d76d4d8ba5e27ed (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.