Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

71 -- Naval Hospital Oak Harbor Initial Outfitting Project

Notice Date
5/26/2017
 
Notice Type
Presolicitation
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S17R6002
 
Point of Contact
Timothy Pighee, Phone: 5013401270
 
E-Mail Address
Timothy.A.Pighee@usace.army.mil
(Timothy.A.Pighee@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
The U.S. Army Corps of Engineers (USACE), Little Rock District plans to solicit a requirement for the Naval Hospital Oak Harbor (NHOH) Initial Outfitting Project, located in Whidbey Island, Washington. This contract is being procured in accordance with FAR Parts 12 and 15. This is a total set-aside for Woman Owned Small Businesses only. NAICS code is 337127, size standard is 500 employees. A MANDATORY SITE-VISIT is currently planned for June 14 - 15, 2017. The hospital is currently under construction to repair/renew approximately 35,000 gross sq ft of the existing Women's Health Clinic, Nursery, Birthing Center (Labor and Delivery Unit), Physical Therapy Clinic, Immunizations Clinic, Pediatrics Clinic, Ortho/General Surgery Clinic, Operating Rooms, Central Sterile Area and associated common areas, mechanical, electrical and communication rooms for the Naval Hospital Oak Harbor (NHOH). The project takes place in three separate phases to accommodate current and future Navy Medicine operations. Phase 1- Construction of the transition facility and the temporary relocation of aviation medicine, medical home port, and the pediatrics department into the transition facility. Construction of allergy/immunizations, C-Sections (Operating) rooms, CSS, labor & Delivery rooms and nursery. Window and skylight replacement, air handing unit replacement, and construction of new emergency electrical rooms. Phase 2- Construction of pediatrics, on-call women's health clinic, surgical clinic, meaning labor and delivery spaces, and physical therapy. Window and skylight replacement. Air handling unit replacement. While under construction existing items from the NHOH will be selected for reuse. Development of the IO requirements and IO integration into the project shall be accomplished concurrently with repair and modernization of Naval Hospital Oak Harbor, Whidbey Island, Washington. This contract will include both Initial Outfitting - Transition Services (IO-T) and Initial Outfitting - Commodities (IO-C). The Scope of Work includes, but is not limited to the initial outfitting of the Naval Hospital Oak Harbor in Whidbey Island, Washington. Initial Outfitting - Transition (IO-T) activities such as taking inventory of all existing systems and commodities, conducting user interviews, then planning and developing the requirements for all new and reuse commodities. IO-T also includes managing the phasing and transition activities, relocation, space planning and public relations planning. Initial Outfitting - Commodities (IO-C) activities include ordering, purchasing, delivering, installing, certifying, training and warranting all commodities identified in the IO-T process as well as public relations materials and events. Commodities include, but are not limited to, furniture/furnishings, casegoods, medical equipment and low voltage systems, such as resource protection and communications. Other IO-C deliverables include moving services, Operation and Maintenance (O&M) manuals, contractor supplied warehousing/storage, and public relations. (SEE PRE-SOLICIATION DOCUMENTS FOR DETAILS) Contact Timothy Pighee via email for pre-solicitation documents at timothy.a.pighee@usace.army.mil. Prior to an Offeror receiving an award from any resulting solicitation, the Offeror must be registered and have an active, valid registration in the System for Award Management (SAM) database. To obtain information on the SAM database, please visit www.sam.gov. A MANDATORY SITE-VISIT is currently planned for June 14 - 15, 2017. However, this date is subject to change, please check FBO.gov daily under this pre-solicitation notice for updated information. All interested contractors please contact Timothy Pighee via email at timothy.a.pighee@usace.army.mil to confirm attendance. Award will be based on a Best Value, Lowest Price Technically Acceptable Source Selection Process, IAW FAR 15.101-2. Anticipated solicitation issuance date is on or about June 12, 2017, and the estimated proposal due date will be on or about July 17, 2017. It is the potential offeror's responsibility to monitor fbo.gov for updates to this pre-solicitation notice and release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S17R6002/listing.html)
 
Place of Performance
Address: Whidbey Island, Washington, United States
 
Record
SN04524627-W 20170528/170526235128-f42df6c7a1fe2745c92471bf558fb0c2 (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.