SOURCES SOUGHT
Z -- Design Build Construction for Keller Army Community Hospital Renewal, Phase II
- Notice Date
- 12/20/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
- ZIP Code
- 72203-0867
- Solicitation Number
- W9127S-17-R-6022
- Archive Date
- 1/24/2017
- Point of Contact
- Alicia M. Moore, Phone: 501-340-1262, Lakisha D. Vance, Phone: 5013401264
- E-Mail Address
-
alicia.m.moore@usace.army.mil, lakisha.d.vance@usace.army.mil
(alicia.m.moore@usace.army.mil, lakisha.d.vance@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For: Keller Army Community Hospital Renewal, Phase II 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 SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be individually notified of the results but should review FBO.gov for a resulting solicitation. The U.S. Army Corps of Engineers - Little Rock, AR district has been tasked to solicit for and award a Construction Contract for Army Medical Command (Army MEDCOM). Proposed project will be a competitive, firm-fixed price, design/build, contract procured in accordance with FAR 15, Negotiated Procurement using "Best Value" trade-off process. The type of set-aside decision(s) 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, 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned Small Business (WOSB) 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, 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following. ARMY MEDCOM FOR MEDICAL HEALTHCARE FACILITIES DESIGN/BUILD CONSTRUCTION RENOVATION AND REPAIR Offered Through the US Army Corps of Engineers - Little Rock District BACKGROUND: Keller Army Community Hospital located on the grounds of the United States Military Academy at West Point, was designed in 1974 and opened in 1977. The hospital serves the Cadets, Garrison, and Community of West Point. The main facility building 900 is a 4-story building with a basement and mechanical penthouses. The building is approximately 135,000 Gross Square Feet and originally accommodated 65 patient beds. Over the years the mission of the facility has expanded for outpatient services and reduced inpatient services. The hospital is currently licensed for 10 beds with inpatient services, operating rooms, maternity and delivery, laboratory, and pharmacy services. The building has been in continuous use since its opening. A 3-story Clinic, an addition to the hospital building 900B, was completed in 2015. The clinic addition is approximately 53,000 gross square feet comprised of clinical space designed to house primary care, orthopedics, optometry, ophthalmology, as well as a TRICARE service center and staff / administrative support spaces were moved from the hospital to the clinic addition. A working Dining Facility (DFAC) will also be associated with Phase II. The DFAC is approximately 7,000 Gross Square Feet. SUMMARY OF REQUIREMENTS: This project will be a Design-Build Construction project which by definition according to FAR 36.102 is;"...combining design and construction in a single contract with one contractor." This project is to repair the failing infrastructure that is in critical condition and could impact the life, health and safety of the patients, staff, and visitors to Keller Army Community Hospital, West Point, NY. The building's Heating, Ventilations and Air-Conditioning must maintain proper air flow conditions that meet infection control air exchange rates and indoor air quality standards. This design build project is to implement Phase 2 Renewal to modernize the remaining spaces in Bldg. 900, primarily the second, third and fourth floors to include a working DFAC. Designated areas on Second, Third and Fourth floors must be reconfigured to provide a state of the art facility that is designed and constructed to meet Evidence Based Design and DOD world class design criteria. The Design Build contractor is to design and renovate the four (4) designated areas, identified as the second, third, and fourth floors to include the DFAC for Building 900, that is when combined an approximately 66,000 SF for the Phase 2. Continuation of operations for all services is critical during the implementation of Phase 2 modernization. The DB Contractor is responsible and must identify how to mitigate any and all disruptions in a working medical facility to include ensuring the operating room suite remains open with complete functionality during Phase II construction. There is no vacant space available for transition during renovation in Building 900. Design-Builder is to propose a phasing plan and may utilize Temporary Phasing Facilities to continue operations. The Design Build contractor must smoothly coordinate with the Phase I Contractor and the Initial Outfitting & Transition (IO&T) Contractor throughout the Phase II construction. The Design Build contractor will also be the lead in developing construction phasing and must closely coordinate transitions and moves to facilitate a smooth and seamless process with coordinated schedules and other contractors for the proposed Phase II construction. The Design-Build Contractor shall provide a Foodservice / Dining facilities within the controlled area of the building that is approximately 7,000 SF. The facilities shall include a Kitchen, Servery, and Dining Areas to serve building occupants and escorted visitors. The Foodservice Dining Area shall remain in its existing location. The Foodservice / Dining system will be operated by a foodservice contract management company and shall be comprised of four (4) major departments: 1) Kitchen, 2) Patient Tray Assembly 3) Servery, and 4) Dining Area The Foodservice facility is planned to be a five day a week operation, serving breakfast and lunch. Schedule catered functions in the Dining Room are anticipated. Kitchen facilities shall operate to serve breakfast and lunch meals, Monday through Friday to office patrons, and serve breakfast, lunch, and dinner Monday through Sunday to patients. The Servery shall be capable of offering a variety of cold and hot menu items, most of which shall be prepared on-site by an independent contract foodservice operator. The Servery shall be laid out in scatter system style in such a way as to promote speed of service. Most counters shall be self-service. All attended counters requiring regular replenishment shall be adjacent to the Kitchen to facilitate restocking. A minimum of forty-eight (48) seats shall be provided within the minimum 1067 square-foot indoor Dining Area. The Foodservice / Dining /Kitchen Areas shall be positioned, designed, and engineered so that associated sounds, aromas and visible kitchen or servery activity are not perceived within the office areas of the building. Mechanical vents and other related equipment impacts shall be in areas that are not visible from the Primary Entrance to promote a clean exterior aesthetic. A Servery Area shall be provided with direct access to the Kitchen and to and from the Dining Area. The Servery may be visible from the Dining Area if the over-riding requirement for acoustical control of the Dining Room is not impacted. Windows in the Dining Area, and to the extent feasible in the Servery, shall fill the space with natural daylight and take advantage of existing views of a nicely landscaped scene. The contract period of performance is 1,200 calendar days. Magnitude of Construction is more than $25M - 50M. The North American Industry Classification System code for this procurement is 236220, Commercial and Institutional Building Construction, which has a small business size standard of $36.5 Million. The Standard Industrial Code is 1542-General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses. The PSC is Z2DA-Repair or Alteration of Hospitals and Infirmaries. Small Businesses are reminded under FAR 52.219-14(c) (3), 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. Please note that this FAR Clause may be updated by solicitation release, please refer to the Federal Acquisition Regulation web site for updated clause at http://farsite.hill.af.mil/vffara.htm. 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. Anticipated solicitation issuance date is on or about May 30, 2017, and the estimated proposal due date will be on or about September 30, 2017. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested sources are requested to complete the attached Sources Sought Survey and email the completed form and response to: alicia.m.moore@usace.army.mil and Lakisha.D.Vance@usace.army.mil no later than January 09, 2017; 10:00 am CT. The subject line should read Keller-Market Survey.   SURVEY (to be returned) Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information. All interested firms must be registered in SAM to be eligible for award of Government contracts. Date: ___________________________ 1. Company Information: Company Name: ___________________________________________________________ Company CAGE code and DUNS: _____________________________________________ Address: __________________________________________________________________ City/State/Zip: _____________________________________________________________ Point of Contact Name & Title: ________________________________________________ Phone Number: _____________________________________________________________ Email Address: _____________________________________________________________ 2. Size of Company: (√) Large: ____________ Small: _________ 3. Small Business Category: (√) 8(a) ______________ HUB Zone ______ Service Disabled Veteran Owned Small Business______ Woman-Owned Small Business ___________________ 4. Identify Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. ____________________________________________________________________________________ 5. Provide Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Project Bonding: $_____________Per Contract; $____________Aggregate 6. With regard to the definition of DESIGN/BUILD CONSTRUCTION RENOVATION AND REPAIR above, respond to the following: • As the PRIME contractor, provide the number of projects you have performed in the past (5) five years. • Describe the Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction contracts with a similar scope, comparable work performed within the past (5) five years. Give a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least (3) three examples. -END-
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-17-R-6022/listing.html)
- Place of Performance
- Address: Keller Community Hospital; 900 Washington Rd., West Point, New York, 10996, United States
- Zip Code: 10996
- Zip Code: 10996
- Record
- SN04356735-W 20161222/161220235051-11d746e2715e48c22ebb9ab7a7c34b7d (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 |