Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2012 FBO #4029
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Design-Build Construction and Initial Outfitting Services (DBIO) in support of the United States Air Force Medical Service (AFMS).

Notice Date
12/3/2012
 
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
W9127S13R6008
 
Response Due
12/18/2012
 
Archive Date
2/1/2013
 
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 NOTICE IS PROVIDED FOR INFORMATION ONLY: THIS SYNOPSIS IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANTICIPATED AND FORTHCOMING. The US Army Corps of Engineers, Little Rock District (CESWL), has been tasked to solicit for and award an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build Construction and Initial Outfitting Services (DBIO) in support of the United States Air Force Medical Service (AFMS) Healthcare Facilities Modernization Program throughout CONUS, Alaska, and Hawaii, and other customers within Southwestern Division (CESWD) boundaries that may have healthcare facility needs. The Air Force Medical Service Agency is responsible for managing the programming, planning, design, construction, outfitting, and sustainment for the Air Force Surgeon General's health facility program. AFMSA/Health Facilities Division (AFMSA/HFD) relies on the support of CESWL to execute this program. A means to manage this program is via the integrated Design-Build-Initial Outfitting (DBIO) IDIQ MATOC. The DBIO MATOC allows the program to retain a pool of highly qualified and experienced designers-builders-outfitters to execute its five-year program. This contract requires the contractor to fully integrate design, construction, and outfitting processes under one contract and employ integrated cradle-to-grave project delivery. These IDIQ MATOC contracts will support the execution of AFMSA's FY13-FY17 Healthcare Facilities Modernization Program. Under this contract, contractors shall provide all necessary labor, material, supervision, and equipment to design, construct, and outfit new or newly renovated medical facilities. They shall sustain, restore, repair, modernize and/or replace facilities which may include clinics, hospitals, medical administrative buildings, ambulatory health facilities, medical warehouses, medical/biological engineering labs, dental clinics, veterinary clinics, ancillary facilities, and wellness centers. Projects may be funded with Military Construction (MILCON) and/or Operations and Maintenance (O&M) funds. The scope of work for the resultant task orders will primarily be associated with the renovation of existing facilities, but may also include major repair and new construction. 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 requires the use of integrated design-build project delivery processes and life-cycle project management from award through closeout. The objective is for the contractor to provide cradle-to-grave turn-key services for the design and construction/renovation and initial outfitting (IO). IO services 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. It also includes the procurement and installation of all IO commodities 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. IO also includes the move, reconfiguration, teardown, salvage, and/or disposal of existing products and inventory storage and installation of reusable systems furniture. Prices for all IO efforts, to include commodities, are submitted at the same time the design and construction price proposal is submitted and are fixed priced at time of contract award. This solicitation is not set-aside and is issued for full and open competition (Unrestricted). It is one of two solicitations to be issued under the approved Acquisition Plan. CESWL intends to award up to three (3) IDIQ MATOCs within the Unrestricted pool with a total estimated contract capacity of $712,000,000.00. The estimated minimum task order limitation is $12,000,000.00, and the estimated maximum task order limitation is $75,000,000.00. The Government reserves the right to exceed the stated maximum task order limitation. The government estimates that two to three (2-3) task orders will be issued annually within the $12-$50 Million range. Task orders greater than $50 Million are estimated to be issued approximately once in every 24-month period. The estimated duration for each MATOC award will be a Base Period of twenty-four (24) months with up to three (3) Option Periods of twelve (12) months each, for a total not to exceed contract period of sixty (60) months. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined to be in the best interest of the Government. The minimum guarantee for each Unrestricted MATOC will be $10,000.00. This amount shall cover the duration of the entire contract (Base Period and Options). The proposed contracts will be competitive firm-fixed-price contracts procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off process. There will be no public bid opening. The Government will evaluate and select for contract award, up to three (3) qualified Offerors whose proposals are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. Subsequent task orders will be awarded pursuant to FAR 16.505 - Ordering, and in accordance with the task order terms and conditions including the designated Statement of Work. In accordance with FAR 36.3, Two-Phase Design-Build Selection Procedures, a Two-Phase source selection process will be used to evaluate the Offerors for award. In Phase 1, interested firms or joint venture entities (referred to as quote mark Offerors quote mark ) may submit certain specified performance proposals, demonstrating their capability to successfully execute the DBIO contract resulting from this solicitation. The Government will evaluate the performance capability in accordance with the criteria described in the Phase 1 solicitation documents. Those offerors who are considered the most highly qualified during Phase I (not to exceed five (5) offerors) will be requested to submit the proposal requirements for Phase II. Specific evaluation criteria will be provided in the solicitation documents. In Phase 2, the selected Offerors will submit certain specified technical design proposals for an initial task order and a price proposal. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation documents, and award to the responsible Offerors, whose proposals conforms with all the terms and conditions of the solicitation and whose proposals are determined to represent the overall best value to the Government. The Government will post the solicitation and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business Web Site to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site http://www.fedbizopps.gov. It is the Offeror's sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to receive posting notifications. Offerors must be registered in System for Award Management (SAM) formerly known as the Central Contractor Registration (CCR) in order to be eligible to receive an award from this solicitation. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov. If submitting as a joint venture, the joint venture entity must be registered in SAM in order to be eligible to receive an award from this solicitation. Estimated solicitation issue date is on or about December 18, 2012. Phase 1 Proposals are anticipated to be due on or about January 18, 2013. 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/W9127S13R6008/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02941004-W 20121205/121203234057-7a42d4705e29abacaf7d9a40b9416bde (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.