Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOURCES SOUGHT

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Design-Build Construction Services in support of the US Air Force Medical Service (AFMS) Healthcare Facilities Modernization Program

Notice Date
1/12/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S12R6003
 
Response Due
2/10/2012
 
Archive Date
4/10/2012
 
Point of Contact
Jonathan Sawrie, 501-340-1045
 
E-Mail Address
USACE District, Little Rock
(jonathan.j.sawrie@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY, TO BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL 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. The US Army Corps of Engineers, Little Rock District, has been tasked to solicit for and award an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build Construction Services in support of the United States Air Force Medical Service (AFMS) Healthcare Facilities Modernization Program and other customers of the United States Army Corps of Engineers customers with healthcare facility needs. The Government is seeking qualified, experienced sources capable of performing the work described below. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, and SDVOSB businesses are highly encouraged to participate. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. The proposed contract will be a competitive firm-fixed-price contract procured in accordance with FAR 15, Negotiated Procurement using the "Best Value" trade-off process. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. Interested sources are requested to complete the attached Sources Sought Survey and email the completed forms to: AFMS.CESWL-AFMS@usace.army.mil not later than Friday, February 10, 2012. Prior Government contract work is not required for submitting a response under this sources sought synopsis. BACKGROUND The anticipated IDIQ MATOC will provide Design-Build (D-B) Construction Services not to exceed $900 million over the next five years supporting the AFMS Healthcare Facilities Modernization Program. The AFMS is responsible for the programming, planning, design, construction, and initial outfitting of new and renovated US Air Force medical treatment facilities worldwide. They are chartered with modernizing hospitals, clinics, medical office buildings, warehouses, veterinary clinics, and wellness centers. To meet these requirements, the AFMS requires a contracting vehicle that utilizes experienced firms who are able to rapidly respond to multiple requirements, meet constrained project schedules, and deliver a variety of D-B construction and renovation products. This contract vehicle will enable the AFMS to standardize execution, minimize acquisition lead times and costs, work multiple projects concurrently, and complete projects on schedule. REQUIREMENT Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the design, construction, repair, and/or alteration to sustain, restore, and or modernize clinics, hospitals, administrative buildings, health facilities, warehouses, veterinary clinics, ancillary facilities, and wellness centers, using Military Construction (MILCON) and Operations and Maintenance (O&M) processes. Although the majority of this requirement will be performed within the continental United States (CONUS), interested sources should be aware that there are potential projects which would be performed outside CONUS (OCONUS). These potential projects could include the countries of Portugal, Japan, United Kingdom, Korea, Turkey, and others. The scope of work for the resultant contract will primarily be associated with the renovation of existing facilities, but may also include major repair and new construction. Work may include, but is not limited to, replacement, restoration or modernization of hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers, and any other buildings connected to/associated with US Air Force health facilities worldwide. Work may include restoration and/or modernization of HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, irrigation, etc. The contract will also provide for associated initial outfitting (IO) services to outfit new or newly-renovated medical facilities, to be performed in two steps: Step 1 - Initial Outfitting Transition (IO-T), to include project management, transition/relocation planning, planning/design and technical support, product selection/planning, inventory identification, storage, movers, supervision, and budget development, tracking and adherence; and Step 2 - Initial Outfitting Commodities (IO-C), to include procurement of the product, installation labor, transportation, tools, materials, storage and freight, case goods, furniture and furnishings equipment, artwork, signage, information technology/communication and resource protection systems. The IO effort will also include the move, reconfiguration, teardown, salvage, and/or disposal of existing products and inventory storage and installation of reusable systems furniture. The objective is for the contractor to provide turn-key services for the design and construction/renovation of facilities, as well as the delivery of medical equipment, furniture, case goods, communication equipment, information technology hardware and software, and furnishings. These services must include cradle to grave project management services, design services, procurement of furniture and medical/clinical case goods, warehousing capabilities, delivery, installation, inventory, warranty services, commissioning and training on all new equipment/furniture/systems. Any resultant contract will be for a period of one (1) base year, and four (4) option years, not to exceed five (5) years. The pool size (number of contracts that may be awarded under the MATOC) is anticipated to be three (3) or more. Each contract within the pool will share the total contract capacity estimated at $900 million over the five year period. The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction. The Standard Industrial Classification (SIC) Code is 1542 - General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses. The US Small Business Administration Size Standard is $33.5 Million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12R6003/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02653793-W 20120114/120112234710-7fa408972c6d37fe6b8d4733b4b59307 (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.