SOURCES SOUGHT
Z -- Subject scope of work is the renovation and addition of Walter Reed Army Institute of Research (WRAIR), Building 501 Raymond Randall Building at Ft. Detrick, Silver Springs, MD.
- Notice Date
- 3/12/2015
- 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
- W9127S15R6006
- Response Due
- 3/27/2015
- Archive Date
- 5/11/2015
- 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
- SOURCES SOUGHT SYNOPSIS For RENOVATION, REPAIR AND MINOR CONSTRUCTION OF DOD ARMY MEDICAL FACILITIES SCOPE OF WORK RENOVATION AND ADDITION OF WALTER REED ARMY INSTITUTE OF RESEARCH-BLDG 501 (Raymond Randall Building) FORT DETRICK FOREST GLEN ANNEX, SILVER SPRING, MD March 12, 2015 This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals and no contract will be awarded from this sources sought. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Interested respondents will be required to review FedBizOpps for the project solicitation, if and when released. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a contract for the renovation of and addition to Building 501, Raymond Randall Building, at the Walter Reed Army Institute of Research. Proposed project will be a competitive, firm-fixed price, design/ build, contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Best Value quote mark trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. 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), 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. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $36.5million. The Standard Industrial Code is 1542 and The Federal Supply Code is Z2DA. 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. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. The Government is seeking qualified, experienced and reliable sources capable of delivering design, construction, initial outfitting and transition services utilizing an integrated project deliver method known as Integrated Design Build Initial Outfitting (iDBIO). Qualified source will be required to execute this method for Building 501, the Raymond Randall Building. Building 501 is a 21,075 square feet, single-story structure over a partial basement, constructed in 1954 as a pilot vaccine production facility in support of research to protect and sustain the warfighter and global medical solutions. Building 501's infrastructure is beyond its serviceable life and not in accordance with current building code or design practice. Efficient operation is hindered by the antiquated systems and layout of the facility. Insufficient power and data systems are found through-out the facility. Building 501 does not have sufficient space for proper operation of specialized equipment which was added after the original construction of the facility. The intent of this Project is to renovate, re-purpose, and add additional floor space to Building 501 to change mission from pilot vaccine production to Good Manufacturing Practice (GMP) vaccine production. iDBIO is when a single contractor provides all design, construction, outfitting services/commodities, and transition support to operate a new/newly renovated facility. [Note: Initial Outfitting (IO) includes providing furniture, furnishings, casework, communications, medical equipment, resource protection systems, artwork and transition/move services]. Integrated project delivery methods subscribe to full engagement of project management, designers, subcontractors, technical disciplines, trade and IO partners, and vendors for the full life- cycle of the project. The contractor is required to provide associated initial outfitting (IO) services and commodities to outfit new or newly-renovated medical research laboratory facilities, services include: project management, transition/relocation planning, providing temporary transition space as required, planning/design and technical support, product selection/planning, inventory identification, storage, movers, supervision, budget and procurement of the commodities to include case goods, furniture and furnishings, medical equipment, artwork, signage, information technology/communication and resource protection systems as well as installation labor, transportation, tools, materials, storage and freight of all the commodities. The effort will also include the move, reconfiguration, teardown, salvage, and/or disposal of existing products and inventory storage and installation of reusable systems furniture. Additional services include move planning and transitioning medical staff warehousing capabilities, delivery, installation, inventory, warranty services, commissioning and training on all new equipment/furniture/systems. The contractor shall have experience in utilizing performance-based requirements, where the customer identifies the objectives (desired result) and the constraints (code/criteria/standards) and the contractor is responsible for determining the means and methods to achieving the desired result. A capable and qualified contractor must have experience in performing the Integrated, Design Build, and Initial Outfitting (IDBIO) during the course of normal operating hours of medical research. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000. Estimated duration of the project is 1100 calendar days. Prior Government contract work is not required for submitting a response under this sources sought synopsis. An anticipated 2-Phase solicitation issuance date is on or about April 1, 2015 and the estimated Phase 2 proposal due date will be on or about July 30, 2015. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address and DUNS number. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract, design and construction, of this magnitude and complexity - Converting existing research facilities to vaccine manufacturing facilities, and/or new design of vaccine manufacturing facility to meet Good Manufacturing Practice (GMP). (Include firm's capability to execute design and construction of comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - Large Business, Small Business, 8(a), HUBZone, or SDVOSB. 5. Describe firm's experience with Environmental and Historic Preservation Policies and Procedures related to the National Capital Planning Commission, National Historic Preservation Act, National Capital Planning Act, etc in correlation with a building renovation/modernization using design-build construction process. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's shall respond to this Sources Sought Inquiry no later than 10:00 AM Central Time on March 27, 2014. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Vickey J. Polson and Laura A. Wade. The Email addresses are Vickey.j.polson@usace.army.mil and Laura.a.wade@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S15R6006/listing.html)
- Place of Performance
- Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
- Zip Code: 72201
- Zip Code: 72201
- Record
- SN03665636-W 20150314/150312234655-2347eaa8d887610c09ea5827650b480f (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 |