SOLICITATION NOTICE
Z -- THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES. AN INDUSTRY DAY IS PLANNED FOR PRE-SOLICITATION OF W9127S12R6018, AIR FORCE MEDICAL SERVICES EIR (ENGINEERING INFRASTRUCTURE REPAIR). SEE ADDITIONAL INFORMATION.
- Notice Date
- 4/23/2012
- Notice Type
- Presolicitation
- 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
- W9127S12R6018
- Response Due
- 5/17/2012
- Archive Date
- 7/16/2012
- Point of Contact
- Vickey J. Polson, 501-340-1279
- E-Mail Address
-
USACE District, Little Rock
(vickey.j.polson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FedBizOpps Industry Day Announcement April 23, 2012 THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES. AN INDUSTRY DAY IS PLANNED FOR PRE-SOLICITATION OF W9127S12R6018, AIR FORCE MEDICAL SERVICES EIR (ENGINEERING INFRASTRUCTURE, AND REPAIR). SEE ADDITIONAL INFORMATION. Z-Maintenance, Repair or Alteration of Real Property NAICS Code: 236220 - Commercial and Institutional Building Construction Response Date for Registration: May 17, 2012, 5:00 PM Central Time THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES. INDUSTRY DAY FOR W9127S-12-R-6018, AIR FORCE MEDICAL SERVICE EIR (Engineering Infrastructure Repair) IS PLANNED FOR MAY 22, 2012. The US Army Corps of Engineers, Little Rock District will hold an Industry Day in support of an anticipated contract for an Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract for Air Force Medical Services EIR (Engineering Infrastructure Repairs). The Industry Day will be held on Tuesday, May 22, 2012, from 8:30 to 12:00 at the Arkansas State Library Bessie B. Moore Conference Room 2103, 2nd Floor 900 W. Capitol Avenue Little Rock, AR 72201-3108 The goals of this meeting are: 1)Familiarize industry with this projected opportunity 2)Determine industry capabilities 3)Identify potential sources 4)Receive feedback from industry The agenda is planned as follows: 8:30 - 9:30 Introductions and Air Force Medical Services Program Overview 9:30 -10:30 Overview of the requirement - Questions and answers 10:30 -12:00 One-on-one capability briefs (10 mins. each) Attendance at this Industry Day is voluntary and is not required to participate in the proposed acquisition. A solicitation will not be released prior to this Industry Day nor will a draft solicitation be presented at this event. Participants are requested to complete the registration form and survey of capabilities attached to this announcement. Email the completed form to: AFMS.CESWL-AFMS@usace.army.mil no later than May 17, 2012. Ten minute one-on-one sessions will be coordinated prior to the event via email. Via email, indicate your interest in participating in a short capabilities session. Interested firms unable to attend the Industry Day are encouraged to return the survey of capabilities no later than May 17, 2012. _______________________________________________________________________________ Industry Day Air Force Medical Services Engineering Infrastructure Repair (EIR) Registration Form Submit this information via email to: AFMS.CESWL-AFMS@usace.army.mil not later than May 17, 2012 at 5:00 PM Central time. The subject line should read: "AFMS EIR Industry Day". Industry Day is announced for Tuesday, May 22nd from 8:30 to 12:00 Central time at the Arkansas State Library Bessie B. Moore Conference Room 2103, 2nd Floor 900 W. Capitol Avenue Little Rock, AR 72201-3108 1.Company Information: Name: Address: City/State/Zip: Point of Contact: Phone: Email: CAGE code: Our firm will be represented at the Industry Day by: a.__________________________________________ b.__________________________________________ c.__________________________________________ d.__________________________________________ 2. Size of Firm: Large: _____ Small: _____ Small Business Category: 8(a) _____ HubZone _____ Service-Disabled Veteran Owned _____ Women-Owned Small Business ______ 3. With regard to definition of Engineering Infrastructure Repair (Electrical Infrastructure Systems; Mechanical Infrastructure Systems; Building Envelope, Architectural and Structural Infrastructure Systems) as explained in the synopsis, respond to the following: a. Provide the number of projects you have performed in the past five years categorized as an Electrical Infrastructure Systems Prime Contractor according to contract/task order value. <$500 K: _________________________ $500 K - $1 M: ____________________ $1 M - $5 M: ______________________ $5 M - $10 M: ____________________ >$10 M: __________________________ b. Provide the number of projects you have performed in the past five years categorized as a Mechanical Infrastructure Systems Prime Contractor according to contract/task order value. <$500 K: _________________________ $500 K - $1 M: ____________________ $1 M - $5 M: ______________________ $5 M - $10 M: ____________________ >$10 M: __________________________ c. Provide the number of projects you have performed in the past five years categorized as a Building Envelope, Architectural and Structural Infrastructure Systems Prime Contractor according to contract/task order value. <$500 K: _________________________ $500 K - $1 M: ____________________ $1 M - $5 M: ______________________ $5 M - $10 M: ____________________ >$10 M: __________________________ d. Provide the number of projects you have performed in the past five years categorized as an Electrical Infrastructure Systems Sub-Contractor according to contract/task order value. <$500 K: _________________________ $500 K - $1 M: ____________________ $1 M - $5 M: ______________________ $5 M - $10 M: ____________________ >$10 M: __________________________ e. Provide the number of projects you have performed in the past five years categorized as a Mechanical Infrastructure Systems Sub-Contractor according to contract/task order value. <$500 K: _________________________ $500 K - $1 M: ____________________ $1 M - $5 M: ______________________ $5 M - $10 M: ____________________ >$10 M: __________________________ f. Provide the number of projects you have performed in the past five years categorized as a Building Envelope, Architectural and Structural Infrastructure Systems Sub-Contractor according to contract/task order value. <$500 K: _________________________ $500 K - $1 M: ____________________ $1 M - $5 M: ______________________ $5 M - $10 M: ____________________ >$10 M: __________________________ 4. Identify the number of projects that you have managed simultaneously over multiple regions. Place an 'x' in the appropriate line. 0 projects: ________ 2 projects: ________ 3 projects: ________ 4 projects: ________ 5 projects: ________ Over 5 projects: ________ 5. List the NAICS codes that apply to your firm: __________, _________, _________, __________, etc. 6. Indicate, with an 'X' the geographic regions in which you have the capability to perform as a Prime Contractor: CONUS (Continental United States): Northeast: __________ Southeast: __________ Midwest: __________ Southwest: __________ Northwest: __________ OCONUS (Outside Continental United States) Locations: Japan: ________________ Germany: _____________ Guam: _______________ Korea: _______________ Italy: ________________ Azores: ______________ 7. Provide your bonding level expressed in dollars: Construction Bonding Level (per contract) $____________________ Construction Bonding Level (aggregate) $______________________ SUMMARY OF REQUIREMENTS: The project consists of Design/Build Construction, Renovation and Repair for U.S. Air Force Medical Service healthcare facilities. An Indefinite Delivery/Indefinite Quantity (IDIQ), Task Order contract is anticipated. A priority responsibility is facility sustainment, restoration and modernization (SRM), which includes the emergency, urgent and routine repairs, planned renovation, construction and maintenance of hospitals, clinics, administrative buildings, health facilities, warehouse, veterinary clinics, ancillary facilities and wellness centers. All work in this area is classified as Engineering Infrastructure Repair (EIR) and includes Electrical Infrastructure Systems, Mechanical Infrastructure Systems and Building Envelope, Architectural and Structural Infrastructure Systems. Electrical Infrastructure Systems include power generation systems, interior and exterior electrical distribution systems, lighting systems (to include control), fire detection and alarm systems, energy metering and control systems, main power protective grounding systems, emergency and exit lighting systems, lightening protection systems, uninterruptable power supplies and battery systems, power transformers, conduits, raceways and bus-ducts, special healthcare specific electrical systems. Mechanical Infrastructure Systems include all aspects of: (a) Heating Ventilation, Air Conditioning and Refrigeration - chilled water production systems (electric, absorption and mechanical), DX refrigeration systems, steam and hot water production (boilers, geothermal, solar), heat exchangers, plate and frame free coolers, condenser cooling towers, tempered water distribution systems (pumps, valves, air bleed systems, water treatment systems), air distribution and exhaust systems (air handlers, fans, filters, louvers, variable air volume boxes, mixing boxes, desiccant wheels, energy wheels, etc.), chilled and hot water distribution systems (coils, piping, insulation, bleeding), building automation and space environmental (temperature, humidity, air purity and pressurization) controls (DDC control systems, field control devices, actuators, sensing devices, programmable logic controls and software systems); (b) Plumbing Systems - pressured and non-pressured water systems (potable, non-potable, waste and process) which include water sterilization, potable hot water distribution and recirculation, cooled drinking water delivery systems, dire suppression distribution and sprinkler systems, gray water collection and distribution systems, sanitary waste systems, roof drains, collection tanks, sewage ejectors, fixtures, valves, pumps, controllers, strainers and other plumbing ancillaries; (c) Medical Gas and Vacuum Systems - production, distribution, control and waste elimination of volatile/non-volatile, medical gases, medical pressurized air for instruments, medical air vacuum systems, medical bio-hazardous and infectious air control, ventilation and exhaust systems, distributed breathing air systems to include the piping, valves, pumps, motors, compressors, filtration systems and other ancillaries required to complete the system. Building Envelope, Architectural and Structural Infrastructure Systems - various roofing systems (to include metal), exterior walls and surfaces (masonry, wood, EFIS (Exterior Insulation Finishing System), metal, etc.), building trim, gutters and soffit, windows, glazing, skylights, doors and storefronts, interior and exterior rated doors (to include fixtures and frames), building foundation, crawl space sub-structures/earth retaining walls, stairs, stoops, handrails, ramps, pathways and walkways, vapor barriers, surface sealing and waterproofing systems, roof mounted photovoltaic solar panels, anti-terrorism force protection features and other exterior building components. It is anticipated the proposed procurement will be a competitive Request for Proposal (RFP) resulting in two or more Fixed Price (FP) IDIQ, Multiple Award Task Order Contracts (MATOC). The performance period anticipated is one (1) base year and four (4) option years, not to exceed five (5) years, with a combined Not to Exceed (NTE) ceiling price of $425,000,000.00. Selection of the successful contractor(s) will be based on the Best Value Process, using evaluation criteria to be established in a future RFP. Work under these contracts will be accomplished through the use of FFP Task Orders, which will be competed among the MATOC contractors. Task Orders will vary in size and complexity; however, no single Task Order is expected to exceed $6,000,000.00. The MATOCs will support the U.S. Air Force Medical Services, Health Facilities Division. The applicable North American Industry Classification System (NAICS) is 236220, Commercial and Institutional Building Construction, which corresponds to SIC 1542. The Small Business Size Standard is $33.5 million. The results of the market research will determine set-asides, if any. ____________________________________________________________________________ Point of Contact: Vickey Polson, Contracting Specialist US Army Corps of Engineers, Little Rock District 700 W. Capitol Avenue Little Rock, AR 72201 Email: vickey.j.polson@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S12R6018/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN02728799-W 20120425/120423235149-fd07280d07e4d36a88e4c2265fee60f4 (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 |