SOLICITATION NOTICE
Z -- Multiple Award Task Order Contracts (MATOC) for Design-Build Engineering Infrastructure Repair (EIR) in Support of U.S. Air Force Medical Services (AFMS) U.S. Army Corps Of Engineers (USACE), Little Rock District (SWL)
- Notice Date
- 8/16/2013
- 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
- W9127S-13-R-6003
- Response Due
- 9/4/2013
- Archive Date
- 10/15/2013
- 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
- Competitive 8(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 Renovation in support of the United States Air Force Medical Service (AFMS) Healthcare Medical Facilities Modernization Program throughout the United States and its territories. The AFMS agency is responsible for the programming, planning, design, construction, and initial outfitting of new and renovated US Air Force medical treatment facilities. They are chartered with modernizing hospitals, clinics, medical office buildings, warehouses, veterinary clinics, and wellness centers. To meet these requirements, the AFMS agency 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 construction and renovation projects. The purpose of this contract vehicle is to enable the Air Force to standardize execution, minimize acquisition lead times and costs, and work multiple building infrastructure restoration, repair and replacement projects concurrently in existing Air Force medical facilities, efficiently and complete these projects on schedule. The Health Facilities Division of AFMS provides sustainment, repair and modernization support to facility physical plant and infrastructure systems that are installed in Air Force medical treatment facilities worldwide. The physical plant is best defined as any and all major building system(s) that provide a safe, comfortable interior environment conducive to healing. Typically there are three predominant infrastructure systems which comprise the facility physical plant; the Building Envelope, the Mechanical Infrastructure and the Electrical Infrastructure. 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. This solicitation is set-aside for 8(a) Small Businesses only. CESWL intends to award three to five (5), but no less than two, contracts within the 8(a) Small Business category with a total estimated contract capacity of $200,000,000.00. The estimated minimum task order limitation is $100,000.00, and the estimated maximum task order limitation is $7,000,000.00. The Government reserves the right to exceed the stated maximum task order limitation. Capability or performance constraints include the ability of the firms to perform multiple task orders simultaneously. Historically, the program has awarded 25 or more task orders during a fiscal year. It is reasonable to expect contractors to be performing more than one simultaneous task order. The majority of the task orders will be awarded during the last two quarters of the fiscal year. In order to mitigate a constraint regarding the capability of the selected firms to perform multiple requirements simultaneously, the strategy includes the award of 3 to 5 (but no less than 2) 8(a) small business contracts. The estimated duration for each MATOC award will be a Base Period of twelve (12) months with up to two (2) Option Periods of twelve (12) months each, for a total not to exceed contract period of thirty-six (36) 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 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 three to five, but no less than two, 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 SBA approved 8(a) joint venture entities (referred to as quote mark Offerors quote mark ) may submit certain specified performance proposals, demonstrating their capability to successfully execute the EIR 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 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 conform to all the terms and conditions of the solicitation and whose proposals are determined to represent the overall best value to the Government. Offerors 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 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 September 04, 2013. Phase 1 Proposals are anticipated to be due on or about October 04, 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. Point of Contact is Ms. Vickey J. Polson, Contract Specialist, vickey.j.polson@usace.army.mil, 501-340-1279.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-13-R-6003/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN03152206-W 20130818/130816234909-fc51fff81558fd40ad8555f305e403a2 (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 |