Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOLICITATION NOTICE

Z -- PRESOLICITATION NOTICE FOR BRANCH HEALTH CLINIC MODERNIZATION BUILDING 771, NAVAL SUPPORT ACTIVITY, MILLINGTON, TENNESSEE

Notice Date
12/22/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247017R5000
 
Point of Contact
Amber Forehand-Hughes 757-322-8336
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY 6 JANUARY 2017. Naval Facilities Engineering Command Atlantic intends to issue a request for proposal (RFP) for a Firm Fixed Price contract for the complete renovation of Building 771, Branch Health Clinic, Mid-South, Naval Support Activity, Millington, Tennessee. This will be a full and open competitive procurement with HUBZone price evaluation preference in accordance with FAR 19.1307. The scope of work consists of the following: The scope of this project will be the complete renovation of Building 771, Branch Health Clinic, Mid-South, Naval Support Activity, Millington, Tennessee. The single-story concrete-framed non-combustible structure is approximately 56,400 gross square feet. The facility provides out-patient health care including Primary Medical Care (Medical Home Port), Immunizations, Behavioral Health, Dental, Optometry, Pathology (Laboratory), Physical Therapy, Radiology, Pharmacy, Education, Logistics, Common Areas, Medical Administration and other support functions. Construction shall be accomplished in Phases. The Clinic shall remain operational throughout the construction. Exterior Work includes, but is not limited to, providing design and construction for the following: -Demolition of existing site work including curbing, guttering, pavements, site improvements, storm drainage, site utility systems, and landscaping of the existing ambulance shelter and connecting canopy, exterior components of the existing mechanical and electrical engineered systems; existing aluminum windows and storefronts, existing steel frames and doors, existing metal hand rails and guard rails, and selected portions of the exterior wall construction. -Paint striping, site improvements, storm drainage, site utility systems, and landscaping, exterior components of complete mechanical and electrical engineered systems, standing seam metal roofing on structural retrofit roof system over the existing modified bitumen roof system which is to remain, aluminum windows and storefronts, steel frames and doors, metal hand rails and guard rails, architectural metal louvers and aluminum windows; architectural coating of existing exposed exterior concrete and portland cement stucco surfaces; and cleaning and repointing of existing brick. Exterior windows and storefronts shall be blast resistant. A majority of the interior will be demolished. This work includes but is not limited to: -Removal of existing metal stud/gypsum board interior partitions, existing steel frames and wood or steel doors, existing view panels, existing interior finishes, existing HVAC and plumbing systems, including piping, ductwork, and equipment, existing fire sprinkler system; existing electrical power and lighting systems including conduit, conductors, panel boxes, breakers, equipment, fixtures, and devices, existing low voltage communications systems including fire alarm, nurse call, intrusion detection, data and voice communications medical/dental gases, and dental equipment. -Provide metal stud/gypsum board interior partition systems, steel frames and wood doors, steel view panels (interior windows), manually operated coiling stainless steel counter shutters; interior architectural finishes, HVAC and plumbing systems, including piped medical/dental gas systems; complete fire sprinkler system; electrical power and lighting systems; and low voltage communications systems including, fire alarm, nurse call, intrusion detection, access control, and data and voice communications systems. -Removal of hazardous materials will be required during demolition. Work includes providing a Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment Design (FF and E) and specialized medical/dental equipment; design/construction phasing plan including minor construction required for temporary swing spaces; procurement and installation of a complete FF and E package (a planned modification) and specialized medical/dental equipment (a planned modification); movement of FF and E and specialized medical/dental equipment in support of the temporary swing spaces. -Specialized medical and dental equipment includes audiometric testing booths, x-ray equipment, ophthalmological equipment, pulmonary laboratory equipment, dental chairs and sterilizer equipment. Specialized medical technical expertise is required in the following areas: Medical Gas Systems, Nurse Call Systems, Medical Equipment Planning and Installation, Radiation Shielding, Infection Control, and Compliance with applicable provisions of The Joint Commission Statement of Conditions. The Design Team shall include a Medical Planner and a Medical Equipment Planner. A complete RFP package will be provided with the Phase II solicitation. The drawings and specifications will be marked For Official Use Only (FOUO) / Unclassified and are subject to Distribution Statement C. Please see the instructions below for accessing FOUO information. The period of performance is approximately 731 days after notice to proceed. This project will be awarded as a firm-fixed price contract. The Government intends to reserve the right to enter into negotiations or limit the competitive range. The project construction costs range is approximately $10M-$25M. This contract will require a Payment and Performance Bond pursuant to FAR 52.228-15 through an approved surety under the United States Treasury Department Circular 570. Phase I Request for Proposals (RFP) will be available for viewing and downloading on or about 6 January 2017. Proposal due date will be on or about 6 February 2017, 2:00 PM EST. The solicitation will be formatted as an RFP in accordance with the requirements designated by Federal Acquisition Regulation (FAR) 15.203 for a negotiated procurement utilizing the Two-Phase Design Build selection procedures of FAR 36.3. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors ™ proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The solicitation will consist of two (2) phases. Phase I is the qualification phase. Up to five (5) firms will be prequalified to participate in Phase II. The Navy will determine which offerors proceed to Phase II. The evaluation factors for Phase I are as follows: Technical Approach, Experience, and Past Performance. Upon determination of the contractors advancing to Phase II, those offerors will receive an RFP containing current and future design specifications. Phase II will include the following evaluation factors: Small Business Utilization, Safety, and Energy and Sustainable Design. *A site visit to Naval Support Activity, Millington, Tennessee will be available for this procurement. Offerors will have the opportunity for a site visit during Phase II of the Solicitation. The Government intends to issue the RFP Solicitation for Phase I and Phase II through the Internet at www.neco.navy.mil and www.fbo.gov. All prospective offerors MUST register themselves on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Many firms and commercial printing services have the capability to print the solicitation package and plan holder ™s list from the Internet, if necessary. The official plan holder ™s list will be created by registration and will be available from the website only. Amendments will also be posted on the website for downloading. This will be the normal method for distributing amendments; therefore, it is the offeror ™s responsibility to check the website(s) periodically for any amendments to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) prior to award of the contract. The purpose of this database is to provide basic business information capabilities and financial information to the Government. The SAM website can be accessed at www.sam.gov. Reference is made to FAR Clause 52.204-7, System for Award Management. Prospective Offerors are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and award, regardless of the media used. For inquiries about the Phase I proposal, please contact Amber Forehand-Hughes at amber.forehand@navy.mil. (A sources sought was pursued, related to this requirement, under N62470-16-R-8020.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247017R5000/listing.html)
 
Record
SN04359032-W 20161224/161222234843-6238be9a05836eae4ca500632d8bcf9a (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.