SOURCES SOUGHT
65 -- INITIAL OUTFITTING GUAM NAVAL HOSPITAL
- Notice Date
- 10/24/2011
- Notice Type
- Sources Sought
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- W9127S-12-R-0002
- Response Due
- 11/14/2011
- Archive Date
- 1/13/2012
- Point of Contact
- Vonda S. Reeves Rogers, 501-340-1273
- E-Mail Address
-
USACE District, Little Rock
(vonda.s.rogers@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with the synopsis. This is Not A Solicitation for proposals and No Contract shall 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. Proposed project will be a competitive, Firm Fixed Priced contract with Initial Outfitting Commodity (IO-C) as an option. The type of solicitation to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry in the Small Business Community to include, but limited to Small Businesses, Historically Underutilized Business Zones (HUB-Zones), 8(a) Certified Small Businesses, Women Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and HBCU/MI to compete and perform a Firm Fixed Priced Contract. The Government must ensure there is adequate competition among potential responsive offerors. The project will be performed at the Naval Hospital located on Naval Base Guam. The scope of this project includes: Initial Outfitting Transition (IO-T) includes taking inventory of all systems and commodities, building the requirement for new and re-use items, planning/designing and developing the requirement for ALL commodities to include but not limited to signage, artwork, furniture/furnishings, case goods, plants, medical equipment and low voltage systems. IO-T services also includes managing the Initial Outfitting process such as phasing & transition activities, relocation & planning, space planning, and public relations support. IO-T key deliverables include three IO Submittals: IO Submittal #1 (35%0), IO Submittal #2 (65%), and Final Submittal (100%). IO-C includes the procurement, delivery, installation, certification and warranty of all new products identified in the IO-T process. IO-C key deliverables include: ordering, purchasing, delivering, installation, certification, training and warranty of all commodities. Other IO-C deliverables include move services (on Design Bid-Build projects) O&M manuals, warehousing/storage, and disposal/disposition (aka "DRMO"). Prospective Offerors must be capable of providing all resources necessary for successful completion of the Initial Outfitting of the facilities per the contract documents, including but not limited to transition planning services and project execution. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 337127 for Institutional Furniture Manufacturing and the Small Business Size Standard is 500 Employees. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capacity to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 5 Dec 2011. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and will allow firms to register electronically to be notified of the solicitation release and any amendments. Offeror's response to this synopsis shall be limited to five (5) pages and shall include the following information: 1.Offeror's name, address, point of contact, phone number and email address; 2.Offeror's interest in submitting a proposal in response to the solicitation when it is issued; 3.Offeror's type of small business and business size (whether small business, HUB Zone, Service Disable Veteran Owned Small Business, 8(a), Woman Owned or HBCU/MI); 4.Offeror's experience in completing projects of similar scope and complexity in an overseas environment (provide at least three (3) examples of projects performed within the past five (5) years including a brief description of the project, customer name, and dollar value); and 5.Offeror's ability to staff the following key position with personnel having at least 5 years experience (one (1) year of which must be with initial outfitting in a medical environment: a.Program Manger b.Project Manager c.Equipment Planner d.Interior Designer e.Information Technology Planner f.Equipment Planner Interested Offerors shall respond to this Sources Sought Synopsis no later than 4:00 pm (CST) 14 Nov 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-12-R-0002/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN02611694-W 20111026/111024233915-f8c0a37232d5ae8dc99fc6a51fe77b09 (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 |