Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOURCES SOUGHT

Y -- Design/Build Construction, Renovation and Repair for U.S. Air Force Medical Service healthcare facilities.

Notice Date
2/23/2010
 
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-10-R-XXXX
 
Archive Date
4/22/2010
 
Point of Contact
Cherie H Guilford, Phone: 501-324-6974, Arthur J Brown, Phone: 501-324-6974
 
E-Mail Address
Cherie.H.Guilford@usace.army.mil, aj.brown@us.army.mil
(Cherie.H.Guilford@usace.army.mil, aj.brown@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
***PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT*** This announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal. The responses to this Synopsis will be used as a market research tool in order to identify specific small business categorical firms for the purpose of determining how the upcoming solicitation will be advertised. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation, it will be assigned a Procurement Identification Number such as W9127S-10-R-XXXX. SUMMARY OF REQUIREMENTS: The project consists of Design/Build Construction, Renovation and Repair for U.S. Air Force Medical Service healthcare facilities. An Indefinite Delivery/Indefinite Quantity (IDIQ), Task Order contract is anticipated. A priority responsibility is facility sustainment, restoration and modernization (SRM), which includes the emergency, urgent and routine repairs, planned renovation, construction and maintenance of hospitals, clinics, administrative buildings, health facilities, warehouse, veterinary clinics, ancillary facilities and wellness centers. All work in this area is classified as Engineering Infrastructure Repair (EIR) and includes Electrical Infrastructure Systems, Mechanical Infrastructure Systems and Building Envelope, Architectural and Structural Infrastructure Systems. Electrical Infrastructure Systems includes power generation systems, interior and exterior electrical distribution systems, lighting systems (to include control), fire detection and alarm systems, energy metering and control systems, main power protective grounding systems, emergency and exit lighting systems, lightening protection systems, uninterruptable power supplies and battery systems, power transformers, conduits, raceways and bus-ducts, special healthcare specific electrical system. Mechanical Infrastructure Systems include all aspects of: (a) Heating Ventilation, Air Conditioning and Refrigeration - chilled water production systems (electric, absorption and mechanical), DX refrigeration systems, steam and hot water production (boilers, geothermal, solar), heat exchangers, plate and frame free coolers, condenser cooling towers, tempered water distribution systems (pumps, valves, air bleed systems, water treatment systems), air distribution and exhaust systems (air handlers, fans, filters, louvers, variable air volume boxes, mixing boxes, desiccant wheels, energy wheels, etc.), chilled and hot water distribution systems (coils, piping, insulation, bleeding, building automation and space environmental (temperature, humidity, air purity and pressurization) controls (DDC control systems, field control devices, actuators, sensing devices, programmable logic controls and software systems); (b) Plumbing Systems - pressured and non-pressured water systems (potable, non-potable, waste and process) which include water sterilization, potable hot water distribution and recirculation, cooled drinking water delivery systems, dire suppression distribution and sprinkler systems, gray water collection and distribution systems, sanitary waster systems, roof drains, collection tanks, sewage ejectors, fixtures, valves, pumps, controllers, strainers and other plumbing ancillaries; (c) Medical Gas and Vacuum Systems - production, distribution, control and waste elimination of volatile/non-volatile, medical gases, medical pressurized air for instruments, medical air vacuum systems, medical bio-hazardous and infectious air control, ventilation and exhaust systems, distributed breathing air systems to include the piping, valves, pumps, motors, compressors, filtration systems and other ancillaries required to complete the system. Building Envelope, Architectural and Structural Infrastructure Systems - various roofing systems (to include metal), exterior walls and surfaces (masonry, wood, EFIS (Exterior Insulation Finishing System), metal, etc.), building trim, gutters and soffit, windows, glazing, skylights, doors and storefronts, interior and exterior rated doors (to include fixtures and frames), building foundation, crawl space sub-structures/earth retaining walls, stairs, stoops, handrails, ramps, pathways and walkways, vapor barriers, surface sealing and waterproofing systems, roof mounted photovoltaic solar panels, anti-terrorism force protection features and other exterior building components. The work will also include an Emergency Response feature called HERO (Healthcare Emergency Recovery Operations). The HERO feature will allow the Contracting Officer and the Contractor(s) the ability to react and respond quickly, deploying expeditionary resources necessary to provide initial response and limited recovery to unforeseen natural/unnatural events or major system failures that threaten or place the lives and well-being of the patients, staff, mission and/or facility in continued harm's way or peril. HERO will also apply where a major system failure has made the facility unusable by a major medical mission unless temporary or interim measures are employed. When such events arise, whether they be wide-spread natural catastrophes (hurricanes, floods, etc.) or local events (tornados, fires, system failures, etc.) which pose an imminent threat to the public or mission impediment, the Contracting Officer may (at the written request of AFMS explaining the urgency, justification and interim objective sought) execute the HERO feature with an immediate verbal Notice to Proceed. The Contractor(s) must provide, and not exceed, the pre-negotiated mark-up/profit over costs for project management, administration, travel, labor, materials and other direct cots that might be expended under HERO services. It is anticipated the IDIQ will be for a period of one (1) base year and four (4) option years, not to exceed five (5) years. The magnitude of construction is estimated at $300,000,000.00 over a five-year period. The applicable North American Industry Classification System (NAICS) is 236220, Commercial and Institutional Building Construction, which corresponds to SIC 1542. The Small Business Size Standard is $33.5 million. The results of this market research will determine set-asides, if any. Please provide a Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work, as well as your ability to work throughout the continental United States (CONUS) at various locations simultaneously. Also, include experience working outside the continental United States (OCONUS), in particular the countries of Japan, Great Britain, Germany, Guam, Korea, Italy, Turkey and the Azores. This SOC should be a maximum of seven pages and include, at a minimum: (1) your intention to submit a proposal on this project when it is formally advertised; (2) verification your company is a certified SDVOSB, 8(a), ANC, etc., if applicable; (3) brief description of your company's capabilities including your capability to mobilize construction equipment and materials to the project locations CONUS and OCONUS; (4) brief references of jobs your firm has performed within the past three years on similar type work (include as a minimum the project title, type of work, and the magnitude of construction); and (5) verification of your firms bonding capability (must be at least $7 million per project). NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. Responses to this Sources Sought Synopsis must be received not later than 7 April 2010 and shall be sent to the attention of Ms. Cherie Guilford via e-mail to Cherie.H.Guilford@usace.army.mil; by fax at (501) 324-5547; or by mail/courier to U.S. Army Corps of Engineers, Contracting Division - Medical Support, CTSWL-CT-PM, 700 W Capitol Avenue, PO Box 867, Little Rock, Arkansas 72203. Again, the submission of this information is for market research and planning purposes only. The Little Rock District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-10-R-XXXX/listing.html)
 
Place of Performance
Address: Worldwide (CONUS and OCONUS), United States
 
Record
SN02072612-W 20100225/100223235033-1fe7b32f61e25b85c74211ab4fcdf875 (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  © 1994-2020, Loren Data Corp.