Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOURCES SOUGHT

Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts for healthcare facility repair/construction, in support of the U.S. Army Medical Command’s (MEDCOM) Sustainment, Restoration, and Modernization program.

Notice Date
7/2/2015
 
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, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W9127815R0060
 
Archive Date
8/14/2015
 
Point of Contact
Melvin Graham, Phone: 251.694.4090, Geanette Kelley, Phone: (251) 441-5516
 
E-Mail Address
Melvin.C.Graham@usace.army.mil, Geanette.Kelley@usace.army.mil
(Melvin.C.Graham@usace.army.mil, Geanette.Kelley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pacific Regional Medical Command W91278-15-R-0060 This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, Mobile Directorate of Contracting (DOC) is seeking information regarding capability and availability of potential contractors to perform Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts for healthcare facility repair/construction, in support of the U.S. Army Medical Command's (MEDCOM) Sustainment, Restoration, and Modernization program. This notice is for support to the Pacific Regional Medical Command which encompasses the state of Hawaii. It is the intent of the Mobile Regional Contracting Center (RCC) to utilize a diverse mix of contractors, which will be organized by several Multiple Award Task Order Contract (MATOC) pools to cover this region. However, based on responses received regarding Offerors' capabilities and geographical reach, the RCC may consider MATOC pools for portions of the region where there are sufficient responses to justify their establishment. Additionally, MATOC pools may be established for Small Business socio-economic categories where information received as a result of this notice demonstrates sufficient interest of viable candidates and the potential for robust competition. The repair/minor construction contracts are intended to provide quick and cost effective response to repair and minor construction needs, relating, but not limited, to the architectural, mechanical, electrical, instrumentation, security and safety areas of Army healthcare facilities. Scopes of work for each task order will vary from site to site and will require extensive knowledge of the medical facilities operations, including schedules, processes, equipment, facility support systems, and building structures. As the facilities will typically be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities and will be required to implement infection control processes and comply with Joint Commission requirements for construction work in occupied medical facilities. Work will typically be reconfiguration of a single room or functional area, or repair of a single utility system component, though more extensive efforts, to include both repair of failed and failing systems and components, and minor construction of new systems and components, will also be necessary. Key personnel, to include on-site supervisors, are required to hold an American Society for Healthcare Engineering construction certificate. The price range for each project is anticipated to be between $1,000 and $1,000,000. The total capacity over the prospective five year life of the contract(s) (base year plus four option years) is not to exceed $49,000,000. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses in addition to Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability to perform, to include geographic reach, logistic capabilities, and project size the Offeror can handle. Offerors should also include in-house capability to execute design incidental to repair/construction projects, or address relationships with design firm that can perform incidental design. Medical facility repair/construction experience by the Prime Construction Contractor is required. 3. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Women-Owned Small and Large Business Concerns. For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program. 4. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 5. No more than five (5) repair/construction projects that have been completed, or are at least 50% complete, within the past five years, as of the date of this notice, that demonstrate the Offeror's capability to perform, in medical facilities, the type of work described above. 6. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role (i.e., prime, sub, etc.), dollar value of the project, and name of the entity, company, or Government entity for which the work was performed with a reference's contact information to include name, phone number and email address. Interested Offerors shall respond to this Sources Sought Synopsis no later than July 16, 2015. ALL RESPONSES MUST BE EMAILED to Melvin Graham, Contract Specialist at: melvin.c.graham@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127815R0060/listing.html)
 
Record
SN03785016-W 20150704/150702235247-720ac74a043856c9cdaa34b4c4177b1d (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.