Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOURCES SOUGHT

R -- UNITED STATES NAVY (USN) FACILITY CONDITION ASSESSMENT SERVICES FOR MEDICAL FACILITIES, CONUS/OCONUS

Notice Date
3/3/2008
 
Notice Type
Sources Sought
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247008R8004
 
Response Due
3/18/2008
 
Archive Date
5/31/2008
 
Point of Contact
tracey.strawbridge@navy.mil 757-322-4509
 
E-Mail Address
Email your questions to Contract Specialist
(tracey.strawbridge@navy.mil)
 
Description
This notice is not a Request for Proposal (RFP). This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. If the solicitation is issued, source selection procedures will be utilized, which will require offerors to submit technical experience, past performance and price for evaluation. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The intent of this notice is to identify potential Small Businesses (SB), Historically Underutilized Business Zone (HUBZONE) Small Businesses, Small Disadvantaged Businesses (SDB) certified by the Small Business Administration (SBA) under the provisions of the Section 8(a) program, and Service Disabled Veteran Owned Small Businesses (SDVOSB), capable of providing facility condition assessment services at various Navy medical treatment and related healthcare facilities globally. The NAICS code for this proposed procurement is 541350 (size standard is $6.5M). The contract will consist of a base period and options totaling 5 years of performance. Services/options are anticipated unless precluded by legislative language (Bob Stump National Defense Authorization Act; PL 107-314 Sec 332). The successful contractor, to any forthcoming solicitation, shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform facility condition assessment services for the U. S. Navy Bureau of Medicine and Surgery (BUMED) at Navy installations, Continental United States (CONUS) and Outside Continental United States (OCONUS). Specific duties include, but are not limited to, on-site inspections of individual facilities; identification of requirements; identification of proposed solutions and corrective actions including cost estimates; evaluation of component lifecycles and remaining service life; data entry into the government provided, web-based database system; and maintenance of the data to identify facility sustainment, restoration and modernization (SRM) requirements to be used to evaluate facility material condition and functional capability. Installations/areas where work will be performed and estimated square foot (SF) area related to the work specified above are as follows by BUMED regions: NAVY MEDICINE NATIONAL CAPITAL AREA 6.05 million SF National Naval Medical Center Bethesda including clinics at NAS Lakehurst, NWS Earle, NSA Dahlgren, NSA Indian Head, NSA Philadelphia, NSA Willow Grove, NSA Washington DC Naval Health Clinic Annapolis Naval Health Clinic Patuxent River Naval Health Clinic Quantico NAVY MEDICINE EAST 15.21 million SF Naval Medical Center Portsmouth including clinics at NAVSTA Norfolk, NAS Oceana, NSA Norfolk, NAB Little Creek, NWS Yorktown, NSA Norfolk NSY Naval Hospital Beaufort including clinics at MCAS Beaufort, MCRD Parris Island Naval Hospital Camp Lejeune Naval Hospital Charleston including clinics at NWS Charleston Naval Hospital Guantanamo Bay Naval Hospital Jacksonville including clinics at NAS Atlanta, NAS Jacksonville, NAS Key West, NAVSUBASE Kings Bay, NAVSTA Mayport, MCLB Albany, NSA Athens Naval Hospital Naples including clinics at NSA Gaeta Naval Hospital Pensacola including clinics at NAS Pensacola, NAS Meridian, NSA New Orleans, NS Pascagoula, NSA Millington, NAS Whiting Field, CBC Gulfport, NSA Panama City Naval Hospital Rota Naval Hospital Sigonella including clinics at NSA Souda Bay, NSA Bahrain Naval Health Clinic Cherry Point Naval Health Clinic Great Lakes Naval Health Care New England including clinics at NAVSTA Newport, NSA Portsmouth NSY, NAVSUBASE New London, NAS Brunswick NAVY MEDICINE WEST 9.01 million SF Naval Medical Center San Diego including clinics at NAVBASE Coronado, MCRD San Diego, NAVSTA San Diego, NAVSUBASE San Diego, NAS North Island, MCAS Miramar, NAF El Centro Naval Hospital Bremerton including clinics at NAVSTA Everett, NAVBASE Kitsap Naval Hospital Camp Pendleton including clinics at NAVBASE Ventura County, MCAS Yuma, MCLB Barstow Naval Hospital Guam Naval Hospital Lemoore including clinics at NAS Fallon Naval Hospital Oak Harbor Naval Hospital Okinawa Naval Hospital Twentynine Palms including clinics at NAWS China Lake Naval Hospital Yokosuka including clinics at NAF Atsugi, MCB Camp Fuji, NSF Diego Garcia, COMFLEACT Sasebo, MCAS Iwakuni Naval Health Clinic Hawaii including clinics at MCB Kaneohe, NAVSTA Pearl Harbor NAVY MEDICAL SUPPORT COMMAND 1.18 million SF NHRC San Diego NAMRU 2 Djakarta NAMRU 3 Cairo NMRCD Lima Other installations where individual research/lab facilities are located: NAS Pensacola, MCB Camp Pendelton, MCAS Miramar, NAVSUBASE New London, NAS Patuxent River, NNMC Bethesda, NWS Yorktown, NAVSTA Norfolk, NAS Whidbey Island Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy's decision to establish this requirement as a competitive Small Business, competitive 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business set aside acquisition. Interested firms who qualify in any of these categories must submit a SOC, which describes, in detail, the firm's capability of providing facility condition assessment services at various Navy medical treatment and related healthcare facilities. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of any certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database; (6) provide proof of licenses and bonding capacity; (7) provide information on recent past projects that best illustrate your qualifications for this contract. Of specific interest are facility assessment projects in operational healthcare facilities and research facilities, including experience showing familiarity with Joint Commission on Accreditation of Healthcare Organizations' Statement of Conditions and Plans for Improvement (list up to five projects performed within the last five years). Provide information on experience of key personnel showing experience in providing and managing facility condition assessment services at multiple locations. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer's name, current telephone number; d. Contracting Officer's Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work i. If award fee or award term incentivized, average performance rating received. (8) training/mobilization capability to get from award to start date; and (9) subcontract management - provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513. The Government reserves the right to request additional information as needed, from any and all respondents. The SOC must be complete and sufficiently detailed to allow the NAVFAC/BUMED team to determine the firm's qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper and is limited to 20 single sided pages (including all attachments). Interested parties shall mail or email responses to NAVFAC, Atlantic, 6506 Hampton Blvd., Norfolk, VA 23508-1278, Procuring Contracting Office, Attn: Ms. Tracey Strawbridge, 757-322-4509, or email tracey.strawbridge@navy.mil. Receipt of potential offeror's SOC shall be received no later than close of business 15 days from posting. Point of Contact Tracey Strawbridge, Contracting Officer, Phone 757-322-4509, Email tracey.strawbridge@navy.mil Place of Performance Various Navy installations throughout CONUS/OCONUS.
 
Record
SN01522638-W 20080305/080303224318 (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.