Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
MODIFICATION

R -- AMENDMENT TO PREVIOUS SOURCES SOUGHT ANNOUNCEMENT

Notice Date
11/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY11R0042
 
Archive Date
11/8/2012
 
Point of Contact
Jose A. Cruz-Crespo, 256-895-1259
 
E-Mail Address
USACE HNC, Huntsville
(jose.cruz-crespo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Medical Facilities Services Support Capabilities Requirements 9 Nov 11 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 Government's intent to consider awarding this acquisition under the authority of the Small Business Program (see Federal Acquisition Regulation (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 one of the small business preference programs or whether it should proceed on an unrestricted basis The responding firm should identify its SB status and indicate its ability to meet the requirements of FAR 52.219-14(b) (1). If a single firm lacks the necessary capacity or capability to perform the contract on its own, a teaming or joint venture arrangement in accordance with the CFR references listed below 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 standard small business set aside are found in FAR 19.502. The rules for a Woman Owned Small Business Set aside are at 13 C.F.R. Part 127. 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). Potential offeror's also should be aware of the size eligibility provisions and standards in 13 C.F.R. Part 121, Subpart A. You may obtain these regulations at the following websites: 1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html and 2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC), Medical Operations Repair and Renewal Division intend to solicit and award a multiple award IDIQ contract for Medical Facilities Support Services. The capacity of this Multiple Award Task Order Contract (MATOC) IDIQ is $245M. The primary purpose of this contract is to provide timely requests for Program/Project Management, Quality Assurance and Technical Support Services in support of customers for DoD and other designated Federal agencies. The Contractor shall provide medical facilities service support for surveys, project management, quality assurance, operations and maintenance of facility systems, and support for 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. Ancillary service support for medical facilities include minor medical facility repairs, equipment procurement / installation, and maintenance projects for DoD and other designated Federal agencies. The Contractor may be required to provide program/project management, 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 U.S. Army Medical Command requirements throughout the United States. However, support may also be required OCONUS. OCONUS support is expected to be not more than 10% of the programmatic capacity. Companies must be capable to provide services in the US and overseas locations. Task order awards will be firm fixed-price. Contract award is anticipated in the August 2012 timeframe with a one (1) year base award and four (4) option years for a total of five (5) years. 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, the Offeror must be cognizant that execution of all the above services must be in compliance 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 (www.fbo.gov) 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 to this Sources Sought Notice shall be submitted as follows, anything not in compliance will not be reviewed. a. One Microsoft Word document shall be emailed to this email address: Jose.cruz-crespo@usace.army.mil Reference: W912DY-11-R-0042 - Medical Facilities Support Services (MFSS) b.The Word document shall not exceed 15 pages total, and not exceed 5MB in size. c.The Word document shall provide the responses to the eight (8) questions below: 1.Vendors name, address, point of contact, phone number, email address, CAGE Code, business size, 8(a) status, HubZone status, Service Disabled Veteran Owned (SDVO) status, Woman Owned small business, if applicable. 2.Would you be proposing on this project as a sole contractor, prime contractor with subcontractor (s), prime contractor with team member subcontractor (s), or as a joint venture? If proposing as a joint venture, confirm if this will be an SBA 8 (a), HUBZone, EDWOSB, WOSB, or SDVO 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 3.Explain your (or teams/joint ventures) capability, of concurrently performing 15 task orders totaling approximately $13M in various geographic locations. Include information of maximum number of task orders and dollar amount able to perform at any given time. 4.Explain your (or teams/joint ventures) capability, of performing work in the required geographic locations in the United States, as well as OCONUS, to include Japan, Korea and Europe. Include information of maximum number of task orders and dollar amount able to perform at any given time. Also, if capability is demonstrated through a teaming effort or with a subcontractor, provide a description of corporate interface with the proposed subcontractor including process and lines of authority. 5.Explain your (or teams/joint ventures) capability and qualifications to provide Medical Facilities services as discussed in paragraph 3 from page 1 of this document. 6.Explain your (or teams/joint ventures) capability and qualifications to provide quality assurance over the medical construction contractor's quality control process using the Corps of Engineer's quality assurance procedures as identified in ER 1180-1-6 (Contracts Construction Quality Management); 7.Explain your (or teams/joint ventures) capability and qualifications to provide Defense Medical Logistics Standard Support (DMLSS) support in regards to the operations of the service orders and work requests and General Fund Enterprise Business System (GFEBS) support required for the web-enabled financial, asset and accounting management system that standardizes, streamlines and shares critical data across the U.S. Army; both of which assist in maintaining the high quality facility operational standards required by the customer. 8.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 4:00 pm central time on 16 November 2011 to Point of Contact Jose Cruz-Crespo, (256) 895-1259 Email your questions to US Army Corps of Engineers, Huntsville at Jose.cruz-crespo@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY11R0042/listing.html)
 
Record
SN02620884-W 20111111/111109234833-e413349dce01db17513f412056b20640 (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.