Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 01, 2010 FBO #3233
SOURCES SOUGHT

R -- Program/Project Management and Technical Support for the U.S. Army Pacific Region Medical Command (PRMC)Capabilities Requirements.

Notice Date
9/29/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-11-R-0001
 
Response Due
10/13/2010
 
Archive Date
12/12/2010
 
Point of Contact
James, 256-895-1418
 
E-Mail Address
USACE HNC, Huntsville
(james.m.long@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Program/Project Management and Technical Support for the U.S. Army Pacific Region Medical Command (PRMC) Capabilities Requirements This sources sought notice is intended for market research purposes, and is not a solicitation. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. It is the Governments intent to consider awarding all or part of this acquisition under the authority of the Small Business Program (see FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for further small business preference programs. Any small business concern that meets the minimum requirements identified within this announcement may indicate its interest to propose as a prime contractor for this acquisition whereby the work will be performed either (1) 100% by the concern or (2) at least 50% performed by the concern and the remaining work subcontracted. If a single firm lacks the necessary capacity or capability to perform the contract on its own, a teaming arrangement (i.e. two or more companies form a teaming arrangement or joint venture to act as a potential prime contractor) is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the 8(a) Program teaming arrangements/joint ventures are described in the Code of Federal Regulations at 13 CFR 124.513. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403 (c) and 13 CFR 125.15(b). You may obtain these regulations at the following websites: (1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html (2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC), Medical Repair and Renewal (MRR) Program intends to solicit and award a single award IDIQ contract for Program/Project Management and Technical Support Services for the US Army Pacific Region Medical Command (PRMC). This contract is intended to provide quick response to Program/Project Management and Technical Support Services for MEDCOMs Pacific Region Medical Command (PRMC). The Contractor shall provide medical facilities related technical support in monitoring, evaluation, quality assurance, and comprehensive technical analysis of various safety and health (OSHA), The Joint Commission (TJC), Infection Control, Asbestos, Lead Base Paint, as well as Hazardous Material and Hazardous Waste (to include medical waste) issues and initiatives for medical facility repair, renovation, conversion, alteration, additions, construction, equipment procurement / installation, and maintenance projects at PRMC medical facilities. The Contractor may be required to provide program/project management, technical support, Quality Assurance (QA), project integration, administrative, Defense Medical Logistics Standard Support (DMLSS), and other support services related to medical specific facility requirements and regulations. Task orders will primarily be awarded for work performance of PRMC requirements in Korea, Japan, and Hawaii. However, PRMC may also require support through-out the United States and US territories. Companies must be capable to provide services in the US AND overseas locations. Task order awards will be firm fixed-price services with reimbursable travel. The NAICS code for this program is; Facilities Support Services, 561210. The small business size standard is $35.5 million. Contract award is anticipated in the May 2011 timeframe with a one (1) year base award and four (4) option years for a total of five (5) years possible. The contract capacity over that period is expected to be $10 Million. Prior Government contract experience is not required for submitting a response under this source sought notice or for submitting a proposal under the planned solicitation. However, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM385-1-1 (a copy may be obtained at the following website address: (http://www.usace.army.mil/usace-docs/eng-manuals/em385-1-1/toc.htm) and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. In addition, OCONUS work performed in support of this program must be in compliance with applicable host nation requirements. All responsible sources interested in this acquisition are encouraged to register with the federal business opportunities website as an interested vendor. You are also encouraged to register on the federal business opportunities website to receive notification with regard to any updates posted to the federal business opportunities website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. Responses/capability statements provided as a result of this notice shall include the following information: * Vendors name, business address, point of contact, phone number, email address, business size, 8(a) status, HubZone status, Service Disabled Veteran Owned (SDVO) status, if applicable and Cage code as listed in the CCR. * Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements * Explain your (or teams/joint ventures) capability, of performing multiple task orders simultaneously in various geographic locations and how many locations and or projects can your company provide support to simultaneously and provide the assumed size of the projects for your estimate. * Explain your (or teams/joint ventures) capability, of performing work in the required geographic locations including, but not limited to, Japan, Korea, and Hawaii. * Explain your (or teams/joint ventures) capability and qualifications to provide Project/Program Management services for medical facilities related projects including planning; construction project management; staff training and consultation; transition planning; project tracking; submittal review and contractor RFI (Request for Information) coordination. * Explain your (or teams/joint ventures) capability and qualifications to provide technical support services for medical facilities related projects including various safety and health (OSHA), The Joint Commission (TJC), Infection Control, appropriate design/construction of military medical facilities, Asbestos, Lead Base Paint, as well as Hazardous Material and Hazardous Waste (to include medical waste) issues and initiatives * Explain your (or teams/joint ventures) capability and qualifications to provide Quality Assurance over the medical construction contractors quality control process using the Corps of Engineers quality assurance procedures as identified in ER 1180-1-6 (Contracts Construction Quality Management); * Explain your (or teams/joint ventures) capability and qualifications to provide Defense Medical Logistics Standard Support (DMLSS) in regards to the operations of the service orders and work request required to maintain the high quality facility operational standards required by PRMC and MEDCOM. * Explain your (or teams/joint ventures) capability and qualifications to perform the work required under this contract at Government medical facilities in accordance with all applicable medical technical publications, codes, and specifications? * All responses shall be provided by 1200 central time on 13 October 2010 to the attention of Mr. James M. Long via email to: James.m.long@usace.army.mil Point of Contact James Monte Long, 256-895-1418 Email your questions to US Army Corps of Engineers, Huntsville James.m.long@usace.army.mil Place of Performance Task orders will primarily be awarded for work performance of PRMC requirements in Korea, Japan, and Hawaii. However, PRMC may also require support through-out the United States and other locations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-R-0001/listing.html)
 
Place of Performance
Address: CEHNC 4820 University Square Huntsville AL
Zip Code: 35816
 
Record
SN02301545-W 20101001/100929235526-c2149bc04e815ebadbdf23520917df31 (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.