Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
MODIFICATION

Z -- Sources Sought - Medical Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services for work within the Honolulu District Area of Responsibility

Notice Date
3/15/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-12-Z-0013
 
Response Due
1/27/2012
 
Archive Date
4/27/2012
 
Point of Contact
Dayna N. Matsumura, Phone: 808.438.8567
 
E-Mail Address
Dayna.N.Matsumura@usace.army.mil
(Dayna.N.Matsumura@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. There will not be a solicitation, specifications, or drawings available at this time. The U.S. Army Corps of Engineers, Honolulu District is performing a market research for a construction requirement for a $49M Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services for work within the State of Hawaii. The period of performance is expected to be a maximum of 5 years (base ordering period of 2 years and 3 optional 1 year ordering periods). The prime contractor must have design-build and design-bid-build experience in hospital and have bonding capability of $200K per task order and a $10M aggregate bonding capability. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONSTRUCTION CONTRACTOR interested in performing work on a potential $49M Multiple Award Task Order Contract (MATOC) for design-bid-build and design-build construction services for within the Honolulu District Area of Responsibility. The purpose of this sources sought is to determine interest and capability of potential qualified small businesses. The anticipated North American Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction. Typical projects under the MATOC are anticipated to be primarily associated with renovation of existing facilities, but may include major repair and new construction. Work may include, but is not limited to, replacement, restoration or modernization of hospitals, clinics, medical warehouses, veterinarian clinics, medical labs, biological engineering labs, wellness centers and any other buildings connected to and/or associated with U.S. Army and other military health facilities located in the State of Hawaii. Projects may involve restoration and modernization for HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection, and exterior site and systems work, such as utilities infrastructure, roadways, sidewalks, parking logs, landscaping, irrigation, etc. SUBMISSION REQUIREMENTS FOR RESPONSES TO THE SOURCES SOUGHT: (1)Your intent to submit a proposal for this project when it is formally advertised; (2) Name of firm with address, phone and point of contact; (3) CAGE Code and DUNS number; (4) Size of firm (large or small), to include category of small businesses if applicable, such as 8(a) small business; Historically Underutilized Business Zone (HUBZONE) small business, Women-Owned small business, or Service Disabled Veteran Owned Small Business; (5) Firms Bonding Capacity; (6) Statement of Capability stating your experience required to perform the specified type of work within the past five (5) years from the date of this sources sought. This should include documentation of past experience and technical competence in performing similar projects for which your firm was the prime contractor. The statement of capability should be no more than five (5) single-sided pages in length; (7) A document indicating an accepted or approved infection control plan; and (8) Answer specifically the following market survey questions, and limit it to five (5) single-sided pages: a. Have you performed work in military hospitals as a prime contractor, as a sub-contractor? b. How did you control construction from adversely affecting patient care? c. Are you aware of infection control issues and how it affects patient care? d. Describe the Infection Control Plan procedures on your last hospital project, the infection control risk assessment level, along with a general scope of work. Provide any notable challenges associated with the project. e. Describe the most stringent Infection Control Plan procedures you done for a hospital project, the infection control risk assessment level, along with a general scope of work. Provide any notable challenges associated with the project. Firms responding to the sources sought synopsis that fails to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. This notice is a market research tool to determine the availability of potential qualified contractors for the development of the acquisition strategy. Responses are to be sent via email to Dayna.N.Matsumura@usace.army.mil no later than March 23, 2012, 2:00 p.m., Hawaiian Standard Time. Please note that it is required that your company be registered in the Contractors Central Registration System (CCR), please reference www.ccr.gov for additional information. This sources sought is not be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. This market research survey seeks to identify experience, past performance, and capabilities to execute this program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-12-Z-0013/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230 Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02697270-W 20120317/120315234352-460d0ea3508b7fecdc52faf5b10250e4 (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.