Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

Z -- Multiple Award Contracts for Sustainment,Restoration, and Modernization (SRM) requirementsat DOD Medical Facilities.

Notice Date
3/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Veterans Affairs;OA&MM;Joint Venture Acquisition Center;1701 Directors Blvd, Suite #810;Austin, TX 78744
 
ZIP Code
78744
 
Solicitation Number
791-07-RP-0532
 
Response Due
3/30/2007
 
Archive Date
4/14/2007
 
Small Business Set-Aside
N/A
 
Description
THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS PURSUANT TO THE SMALL BUSINESS COMPETITIVE DEMONSTRATION PROGRAM. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODES THAT THIS WORK WILL FALL UNDER ARE 236220 and 238110. The Department of Veteran's Affairs (DVA) is contemplating the award of up to six Multiple Award Contract (MAC) to Contractors having experience with design/build and performance-based contracts, and with past experience with Department of Defense (DoD) or other Government healthcare facilities, to perform as prime contractors on various Structural Sustainment, Restoration, and Modernization (SRM) projects at DoD medical treatment facilities worldwide. Approximately 10 to 15% of the projects may require performance in non-hostile Outside the continental United States (OCONUS) and/or foreign locations including Alaska, Hawaii and Puerto Rico, and other US Territories, as well as OCONUS locations such as Japan, South Korea, Italy, and Great Britain. These projects are being procured by the DVA for the Air Force, or other potential DoD agencies, under the authority of 38 U.S.C. 8111. In general, the MAC contracted efforts will consist of furnishing all labor, supervision, tools, materials, and equipment necessary to perform the above SRM services for DoD Medical Treatment Facilities (MTF). Anticipated requirements include one-time repair and renovation of building interiors and exteriors within medical facilities to include roof repair and/or replacement, building envelope repairs (siding, stucco, windows), foundation, and other renovations. In addition, task orders may include efforts classified as construction requirements incidental to SRM needs (such as installation/extension of utilities, minor reconfiguration of treatment areas to support new medical equipment, etc). Medical facilities may be of any configuration or state of repair depending on age and location. Contractors must be aware of the health and life safety issues that must be considered while performing these demanding tasks in an occupied medical treatment facility with an active inpatient population. Specific requirements, such as the stringent infection control measures in place at all medical treatment facilities, will be identified in the individual task orders, but potential offerors are advised that special requirements (to include requirements ranging from security to immunization requirements for individual workers) are typically required because the work will be performed in occupied medical treatment and/or medical research facilities. The Government contemplates awards of three or more Indefinite Delivery/Indefinite Quantity contracts resulting from this solicitation which will include a base year and four one-year options. The total maximum value to be shared amongst all contracts awarded under this solicitation is estimated at $150,000,000.00 over five years. There is no guarantee that this maximum value will be distributed equally. Awardees will share this total value through a competitive task order award process. SPECIAL NOTE: One MAC contractor will be issued an initial task order based on competitively evaluated award of a seed project included in the MAC solicitation. This seed project within this MAC solicitation is at the 51st Medical Group Hospital located at Osan Air Base Japan. This 101,215 Sq Ft facility was constructed in 1988. The roof encompasses approximately 34,000 sf. This effort will entail: 1) Removal and proper disposal of the existing roofing assemblies to the deck, 2) Replace with a high performance modified bitumen BUR with cold adhesive and new insulation with a 30 year NDL warranty, 3) Various minor repairs to existing wall and window assemblies. The estimated value of this effort is between $750,000 and $1,250,000. Performance and payment bonds will be required on this task order in an undetermined percentage, and also in a majority of other task orders issued under this MAC award. Offerors must possess the bonding capabilities and sufficient resources required by the scope of this contract in order to be favorably considered. This requirement is being procured through the Joint Venture Acquisition Center, Austin, TX. Solicitation documents should be available for download on or around 15 March 2007. Contracting Officer for this anticipated contract is Ray Blomquist. Contract Specialist is Jay L. Hawkins. Questions specific to this solicitation may be answered by sending an email request to jay.hawkins@brooks.af.mil. There is no cost for this solicitation. All responsible sources may submit an offer. Telephone and fax requests are discouraged. The Government will try to respond to all questions, however, response may not be furnished to questions received late in the solicitation period (less than 10 days prior to the proposal due date). A pre-proposal conference is tentatively set to be held at Brooks City Base, San Antonio, Texas on March 29, 2007. Exact time and location is pending and will be included in the solicitation and posted on this web site. The purpose of the conference is to familiarize the offerors with the MAC and seed project scope of work, address questions concerning the basic contract awards and initial seed project, and familiarize offerors with the Best Value evaluation and award process. Attendance at the conference is strongly encouraged. Notes from the pre-proposal conference will be prepared by the Government and placed on this website as an amendment or additional notice. The DVA cannot assume responsibility for any verbal or written assurances or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included by the Contracting Officer in the Request for Proposals, the specifications, or related documents. All potential offerors must be registered on Central Contractor Registration (CCR) prior to award. This office is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download and not be issued on CD-ROM. It is the offerors responsibility to check this web site for issuance of the solicitation and for any posted changes or amendments to this solicitation. The plans, specifications, and all notifications of changes to this solicitation will only be made available through FedBizOpps (FBO). Plans and specifications will not be provided in a printed-paper format. NOTE: This solicitation will be in .pdf format and requires Adobe Acrobat Reader which may be downloaded free of charge at http://www.adobe.com/products/acrobat/readstep2.html.
 
Place of Performance
Address: 51st Medical Group Hospital;Osan Air Base Japan
Zip Code: 96278
Country: Japan
 
Record
SN01250757-W 20070316/070314220724 (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.