Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2020 SAM #6943
SOURCES SOUGHT

C -- Architect-Engineering (AE) Indefinite Delivery Contract (IDC) in Support of the Defense Health Agency (DHA) and Component Medical Commands

Notice Date
11/30/2020 3:48:32 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LITTLE RO LITTLE ROCK AR 72201-3225 USA
 
ZIP Code
72201-3225
 
Solicitation Number
W9127S21R6000
 
Response Due
12/15/2020 7:00:00 AM
 
Archive Date
12/30/2020
 
Point of Contact
Jennifer D. Winkler, Donald P. Tam
 
E-Mail Address
jennifer.d.winkler@usace.army.mil, donald.tam@usace.army.mil
(jennifer.d.winkler@usace.army.mil, donald.tam@usace.army.mil)
 
Description
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 notified of the results of the evaluation. 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 Firms, SBA Certified 8A Program Participants, SBA Certified Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) Firms, and Woman-Owned Small Business (WOSB) Firms. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small Business, 8A, HUBZone, SDVOSB, and WOSB are highly encouraged to participate. The type of set-aside decision made will depend upon the capabilities of the responses to this synopsis. I. GENERAL INFORMATION Architect-Engineering (AE) Indefinite Delivery Contracts (IDC) in Support of the Defense Health Agency (DHA) and Component Medical Commands in accordance with FAR 36.6 - Architectural-Engineer Services and Engineering Pamphlet (EP) 715-1-4 - Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers. North American Industry Classification System Code (NAICS): 541330 -- Engineering Services Small Business Size Standard: �$16,500,000.00 Standard Industrial Code (SIC): 8711 Engineering Services Product Service Code: C219 Other Architect and Engineering Services ��������������������������������������������� Set-Aside: Will Be Determined After the Conclusion of Market Research ������������������������ Anticipated Number of IDC Awards: Atleast Three (3)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� IDC Capacity: $45,000,000.00 (Shared Among IDC Awarded) Length of IDC: 7 Years Place of Contract Performance: Various Locations throughout the 48 contiguous United States, and Washington DC (CONUS), and Alaska, Hawaii, and US Territories (OCONUS) Services would be accomplished at the A-E Firm's Office, with the exception of various Construction Site Services, Field Investigations, and Field Surveys, as required for the individual project. Small Business Firms are Reminded: In accordance with FAR 52.219-14, Limitations on Subcontracting, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. II. DESCRIPTION OF REQUIREMENT The U.S. Army Corps of Engineers - Little Rock District has been tasked to provide multiple Indefinite Delivery Contracts (IDC) in support of the Defense Health Agency (DHA) and Component Medical Commands Medical Sustainment, Restoration and Modernization (MSRM) programs in fiscal years 2022 through 2029. The MSRM program includes replacement, restoration or modernization of active/existing healthcare facilities that include, but are not limited to, clinics, hospitals, medical centers, labs, pharmacies, administrative facilities, ambulatory health facilities, dental clinics, wellness centers, veterinary facilities, vivarium, medical warehouses, and specialty facilities such as hyperbaric chambers, MRI/CT,� decontamination facilities, and other facilities and buildings connected to/associated with the Defense Health Agency (DHA) and Component Medical Commands. Specific requirements may include, but are not limited to HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, outfitting, terrorism/force protection, communication, low voltage systems, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation. The Scope of Work for each of the Task Orders awarded under these IDC will identify outcomes to be satisfied for the specific requirement. At the discretion of the Defense Health Agency (DHA) and Component Medical Commands, contract capacity may be used in support of other USACE customers that may have healthcare facility needs.� The IDC may be used throughout the 48 contiguous United States, and Washington DC (CONUS), and Alaska, Hawaii, and US Territories (OCONUS). Services are required to be done by or under the direct supervision of licensed professional Architects or Engineers. The scope of these services includes Planning and Predesign Services (referred to as ""AE0"" Services); Design-Build (DB) and/or Initial Outfitting (IO) Request for Proposal Development (referred to as ""AE1"" Services); Design-Build and/or Initial Outfitting (IO) Technical Support Services (referred to as ""AE3"" Services). III. REQUIRED CAPABILITIES: Capabilities for programming, planning, and design of healthcare projects in the following areas (examples of support services listed within each of the following functional aspects are representative and not comprehensive). A. Master Planning: Healthcare Planning; Medical Equipment Planning, Space Evaluation and Programming; Military Construction (MILCON) as related to project planning for new medical facilities and related support facilities; as well as Operation and Maintenance (O&M) project planning for expansions and repairs to existing medical facilities and related support facilities. B. Design: Design-Bid-Build Design Services; Engineering, schematic (Charrette) design (10%), concept design (35%), working drawings (65%), and final design (100%); design of expansions and repairs; demolition and alterations to existing medical facilities and related support facilities; and design of new medical facilities and related support facilities to include architectural, comprehensive interior design (CID), space planning; infrastructure systems; and medical equipment plans. Additional design considerations may include, but are not limited to, medical gas systems, fire protection, landscaping, force protection, communication and data design, architectural evaluations, architectural hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans; Section 404 Permits and construction site requirements. This work is performed in ongoing active healthcare facilities. A capable and qualified contractor must have experience in performing during the course of normal hospital/clinic operations. C. Assessment/Studies: Identification of code deficiencies; Development of Statement of Conditions and Plans for Improvement for compliance with Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) requirements; Facility Condition Assessments; Environmental Assessments; Economic Analysis of potential projects; Seismic Evaluations; Maintenance and Operational Programming; etc. D. Project Support Services: Construction Phase Services (submittal review, transition planning, commissioning, site visits, etc.); Project Development (preparation of scopes of work, site analysis, assistance with development of draft information for approval documents, etc.); on site Quality Assurance inspections; preparation of reports, record drawings, and other facility documentation; Commissioning plans, performance checklists, systems performance verification testing documentation, specialized quality assurance testing including but not limited to Heating, Ventilation, and Air-Conditioning, plumbing systems, electrical systems, building envelope, acoustic control, integrated automation, communications/data systems, and fire protection systems commissioning; Construction Contractor Schedule Review; Estimating Services; Fire Protection/Life Safety review; Leadership in Energy and Environmental Design (LEED)/Sustainable Design project certification and reporting requirements; LEED preparatory commissioning support during design; LEED documentation during construction, on-site representation, and preparation of operation and maintenance (O&M) manuals. Quality Assurance Services; Construction safety oversight; Operation and Maintenance (O&M) manuals review and development; constructability reviews; professional and technical field service support relating to designs submitted by A-E�Firms; construction inspection and engineering consultation services during construction. Shop drawing and construction submittal review and approval, contract modifications, engineering advice during construction; Construction scheduling services; Inspection, evaluation, and reports on completed projects, as-built drawing preparation. E. Other Services: This contract may require other services including but not limited to: development of full design- bid-build packages and Request for Proposal (RFP) packages for design-build projects; DD Form 1391 documentation; plans; specifications; Capital Investment Decision Models; Cost estimating; cost control and scheduling; Value Engineering studies/evaluations and related studies: Engineering and environmental studies: reports and related services; NEPA documentation; Energy computations, LEED studies/certification; Historical society coordination/documentation; surveying and/or soil borings; energy computation; life safety code studies; other associated engineering services; hazardous materials identification; and/or surveying for hazardous, toxic, or regulated materials. Incidental asbestos and lead paint survey work may be required relating to the design services; planning, studies, and/or site investigations. IV. SUBMISSION REQUIREMENTS: Interested Firms shall complete the attached form and return to Jenifer Winkler no later than 9:00 AM on Tuesday, December 15, 2020. Responses must be submitted electronically only (by email to jennifer.d.winkler@usace.army.mil). Please do not include any additional information as it will not be reviewed. Anticipated Request for SF330, Pre-Solicitation Notice issuance date is on or about January 28, 2020, and the estimated due date for SF330 will be on or about, March 4, 2020. The official synopsis will be issued on Beta System for Award Management (Beta SAM) at https://beta.sam.gov/. The official synopsis�will be issued on Beta System for Award Management (Beta SAM) at https://beta.sam.gov/. NOTE: Firms must be registered in Beta SAM to be eligible for award of Government contracts. You may register in SAM at�https://beta.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc07ed981ba34ac1bef5d7b9479beca9/view)
 
Record
SN05862868-F 20201202/201130230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.