Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
MODIFICATION

R -- Medical Facilities Initial Outfitting and Transition Facilities

Notice Date
7/3/2014
 
Notice Type
Modification/Amendment
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY14R0028
 
Response Due
7/17/2014
 
Archive Date
9/1/2014
 
Point of Contact
John C. Kirkwood, 256-895-1793
 
E-Mail Address
USACE HNC, Huntsville
(john.c.kirkwood@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Solicitation Amendment 0001 is submitted effective 3 July 2014. See attached documents. The U.S. Army Engineering and Support Center, Huntsville (CEHNC) is soliciting proposals on an unrestricted basis for initial outfitting and transition services under solicitation W912DY-14-R-0028. In order to accomplish this mission, CEHNC proposes to award Firm Fixed Price (FFP) Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (ID/IQ) commercial services contracts. This is a Combined Synopsis Solicitation. The Request for Proposal (RFP) is attached and is issued concurrently with the release of this announcement. A target of eight MATOCs is planned to result from this acquisition, of which a target of four MATOCs will be for small business participation. Under this proposed initial outfitting and transition services acquisition, the contractor will provide all personnel, equipment, tools, materials, supervision, and non-personal services necessary to provide project support for planning, outfitting, and transitioning the staff and patients associated with healthcare construction projects. The scope of this services acquisition includes Military Health System compatible comprehensive project management; comprehensive interior design development; comprehensive equipment planning; equipment purchasing; transition and relocation planning; receipt, storage and warehousing of new and existing equipment; installation, technical inspection, and training for equipment/systems; and final turnover, close-out, and post-occupancy evaluations for identified construction projects. The actual outfitting and transition services under this acquisition may occur at sites located within the Contiguous United States (CONUS) and Outside the CONUS (OCONUS), to include locations under foreign jurisdictions. Small business OCONUS capability will not be an evaluated element for receipt of a MATOC award. The North American Industry Classification System (NAICS) code for these services is 541614; Process, Physical Distribution, and Logistics Consulting Services. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of proposals. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to prospective offerors without charge. Firms can search for the solicitation by solicitation number, W912DY-14-R-0028. Firms can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors for this acquisition are listed below: FACTOR 1 - Technical Capability, FACTOR 2 - Past Performance, FACTOR 3 - Small Business Participation, and FACTOR 4 - Price These factors will be broken down further in the associated RFP. Award will be made to an offeror whose technical submittal, past performance, small business participation, and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. Offerors must be able to procure U.S. Food and Drug Administration (FDA) approved and Underwriters Laboratories (UL) certified equipment. It is the intention of CEHNC to award MATOC, FFP commercial services contracts under FAR Part 12 and FAR Part 15. The period of performance includes a one-year base period and three one-year option periods. The total programmatic requirement expected to be awarded under these IO&T contracts is anticipated to equal approximately $495,000,000. The Government reserves the right to reject any and all offers. This solicitation will be available on or about 2 June 2014. Note: Response Date referenced under General Information does not refer to the proposal due date. The estimated proposal due date is on or about 17 July 2014 and will be stated in the solicitation (W912DY-14-R-0028). Points of Contact: John Kirkwood, Contract Specialist: john.c.kirkwood@usace.army.mil Shirley Martin, Contracting Officer: shirley.a.martin@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY14R0028/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03414694-W 20140705/140703235728-89de6a77ac0f6c2b4aaa9d0ea2f3a338 (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.