Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
MODIFICATION

Z -- Keller Army Community Hospital Renewal, Phase II a firm-fixed price design-build (DB) construction project - Solicitation 1

Notice Date
4/4/2017
 
Notice Type
Modification/Amendment
 
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
5/19/2017
 
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
Solicitation Release Phase One for the Keller Army Community Hospital Renewal, Phase II a firm-fixed price design-build (DB) construction project. DESCRIPTION: The purpose of this acquisition plan is for the U.S. Army Corps of Engineers Little Rock District (SWL) to provide a contract vehicle that will accomplish the Army Medical Command (MEDCOM) mission for the major repair and renewal of the Keller Army Community Hospital, West Point Installation, and the Northern Regional Medical Command. This acquisition plan will result in a firm-fixed price design-build (DB) construction contract with a performance period of 1,250 calendar days. The scope of this acquisition includes, but is not limited to, construction activities such as design build construction, renovation and repairs for HVAC, architectural, plumbing, electrical and mechanical, fire protection, exterior components, windows, and roofing. Keller Army Community Hospital is located on the grounds of the United States Military Academy at West Point and was designed in 1974 and opened in 1977. The hospital serves the Cadets, Garrison, and the 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 TRICARE service center and staff / administrative support spaces. A working dining facility (DFAC) will also be associated with Phase II. The DFAC is approximately 7,000 Gross Square Feet. The objective for the resultant contract is for the continuation of operations for all services critical during the implementation of Phase 2 modernization. The Design-Builder is to propose a phasing plan and may utilize Temporary Phasing Facilities to continue operations of all services. The means of maintaining continued operations for administrative, clinical, logistical and food services shall be incorporated into the bid schedule and proposed construction schedule. Design Build team is responsible for providing design and planning services for all furniture, furnishings and equipment for this project. Design Build contractor is to provide all of the following equipment categories for this project: a) LOGCAT A Contractor Furnished Contractor Installed (CFCI). b) LOGCAT B Government Furnished Contractor Installed (GFCI). c) LOGCAT R Existing Government-owned equipment to be relocated and reused that is fixed and requires utility connections. Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the design, construction, repair, and/or alteration to sustain, restore, and or modernize. 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 during the course of normal hospital/clinic operations. A separate Initial Outfitting and Transition services (IO&T) contract for this project will be awarded parallel to this Design Build contract that will be responsible for moving, acquisition and installation of all other furniture furnishings and equipment. Design Build contractor for this project must coordinate with the IO&T contractor to obtain and design to final Project Room Contents Report (PRCR) and equipment cut sheets. Design Build contractor will also be the lead in developing construction phasing and must closely coordinate transition and moves to facilitate a smooth and seamless process with coordinated schedules for all proposed construction phases. All work shall be performed in accordance with the terms and conditions of any resultant contract. IAW FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform: at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. Prior to an offeror receiving an award as a result of any resulting solicitation, the offeror must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information on CCR, Fedreg, ORCA, & EPLS and/or how to register, visit the following web site: https://www.sam.gov The acquisition will be a two-phase approached IAW FAR Subpart 36.3. The two-phase selection procedure authorized under 10 U.S.C. 2305a allows Offerors to submit information related to specialized experience, technical competence, capability to perform, past performance, teaming arrangements and/or other information requested in phase one. Based on information submitted in phase one, the source selection authority will select no more than five (5) of the most qualified Offerors to advance onto phase two in the competition and are subsequently invited to submit certain specified technical design proposals and a price proposal. The Government will evaluate the phase two proposals IAW the criteria described for phase two in a solicitation amendment. The proposal offering the best value will receive the award. All proposals must be complete and timely to be considered. The solicitation was made available on May 04, 2017. This solicitation and its associated information will be issued via Internet only and will not be made available in hard copy format. Notification of amendments shall be made via FedBizOpps only. It is therefore the contractor's responsibility to check the FedBizOpps address daily (www.fbo.gov) for any posted changes to this solicitation. For security and document size reasons, all technical and engineering data related to this solicitation will be distributed using the AMRDEC SAFE site. AMRDEC SAFE is a web-based dissemination tool designed to safeguard acquisition-related information for some Federal agencies. Access instructions will be provide with the Solicitation. Offerors must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information on CCR, Fedreg, ORCA, & EPLS and/or how to register, visit the following web site: https://www.sam.gov. Offerors are encouraged to visit and REGISTER AS INTERESTED VENDOR on http://www.fedbizopps.gov/spg/USA/COE/index. You will not be able to download plans and specs from this site; however instructions on how and where to download the specs and drawings from the AMRDEC SAFE site. Offerors must provide a list of individuals and their emails from each company that will require access to the solicitation, plans, specs, and any amendments in order to have access to download from the AMRDEC SAFE site, each individual's email provided will only have access ONCE to download the necessary documents for each action created (i.e. Solicitation release, amendments etc..). Award will be based on a Best Value Decision, Tradeoff process, IAW FAR 15.101-1. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. Solicitation ssuance date for phase one is on [May 04, 2017], and proposal due date will be on [May 4, 2017]. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities, inviting firms to register electronically to receive a copy of the solicitation when and if a solicitation is issued. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-17-R-6022/listing.html)
 
Place of Performance
Address: Keller Army Community Hospital, West Point Installation, Northern Regional Medical Command, 900 Washington Rd, West Point, New York, 10996, United States
Zip Code: 10996
 
Record
SN04458643-W 20170406/170404234751-371bb0986dbee59424b3d9116766b37b (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.