SOURCES SOUGHT
Z -- Repair, Renovation, and Minor Construction for US Army Medical Command (MEDCOM) Facilities in the Continental United States, Alaska, Hawaii, and Puerto Rico
- Notice Date
- 2/24/2006
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-06-SSJJ2
- Response Due
- 3/10/2006
- Archive Date
- 5/9/2006
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to gain knowledge of potential qualified Hub-Zone, 8(a), or Service-Disabled Veteran-Owned Small Business sources and to determine if they can effectively compete for awards under the anticipated multiple award soli citation for performance of Repair, Renovation, and Minor Construction for US Army Medical Command (MEDCOM) facilities in the Continental United States, Alaska, Hawaii, and Puerto Rico. Depending on the number of qualified responding Hub-Zone; 8(a) or Ser vice-Disabled Veteran-Owned Small Business concerns, this agency may reserve one or more awards for businesses in one or more of these categories. The primary service required is medical facilities repair, renovation, and minor construction. Task orders under the anticipated multiple award indefinite delivery/indefinite quantity contracts will be awarded for specific medical facility requirements to include repair of failed or failing components, systems, wings/building areas, or facilities; renovation of systems, wings/building areas, or facilities (incorporating both repair and new work tasks); and minor construction of medical facilities to include both renovation of an existing area to support a functional change and construction of new, small medical facilities (veterinary clinics, medical warehouses, etc). Task orders typically range in size from $10,000 to $3M, with an average value of $275,000, although there will be no upper or lower bound on the size of potential task orders. Typically, separate competitive task orders will be awarded for performance of Site Surveys, Work Plans (to describe the work required and the contractors methods for accomplishing the work), and the actual Repair/Renovation/Minor Construction. Projects may require work on systems and equipment including but not limited to emergency generators; electrical switchgear; electrical distribution; lighting; plumbing systems; roof and storm drain systems; heating ventilation, and air conditioning [HVAC] heating boilers; HVAC water chillers; HVAC cooling towers; HVAC pumps; variable frequency motor controllers; HVAC air handling units; operating room and isolation room pressurization systems; digital HVAC controls; nurse call; patient monitoring systems; intrusion detection systems; infant abduction systems; fire detection/alarm systems; fire sprinkler systems; carbon dioxide, wet and dry chemical fire suppression systems; elevators; pneumatic tube and box conveyor transport systems; medical gas systems to include medical air compres sors, medical vacuum pumps, bulk oxygen tank farms, and medical gas and vacuum distribution and alarm panels; laboratory fume hoods; interior finishes; signage systems; structural building components such as roofs and building exterior fa?ade; and passive fire protection systems (including fire and smoke partition integrity maintenance). Contractors must be aware of the health and life safety issues that must be considered while performing these demanding O&M tasks in an occupied medical treatment facility many with a critically ill inpatient population. Specific requirements, such as the stringent infection control measures in place at all medical treatment facilities, will be identified in the individual task orders, but Contractors are advised that sp ecial requirements (to include requirements ranging from badging to immunization requirements for individual workers) are typically required because the work will be performed in occupied medical treatment and/or medical research facilities. Contractors a warded one of the anticipated multiple award ID/IQ contracts will be expected to have completed, or be willing to complete, the American Society of Healthcare Engineers Healthcare Construction Certificate Program Enhanced. The most applicable NAICS code is 236220 which covers repair and construction of commercial and institutional buildings. Multiple award Indefinite Delivery / Indefinite Quantity (ID/IQ) con tracts with a base and four option year periods are anticipated, with the place of performance dependent upon individual task order requirements. All task orders will be awarded at a firm-fixed-price. Services may be required at any of MEDCOMs medical t reatment facilities throughout the Continental United States, Alaska, Hawaii, and Puerto Rico. All interested contractors should notify this office in writing by email or fax by 4:30 PM Mobile local time on March 10, 2006. Responses should include (1) Identification of the company as SBA Hub-Zone Certified, SBA 8A certified or Service Disabled Veteran Owned Small Business; (2) Address and point of contact; (3) Past Experience in performing repair, renovation, and minor construction of medical facilitie s (identify the basic scope of the work performed, description and location of the facility(ies) served, the dates of performance, the percentage of self-performed work, and the performance rating for the work); (4) Prospective offerors ability to perfor m in certain geographical areas, for example Southwest or Southeast United States. If a prospective offeror is able to perform in all geographical areas noted in this announcement, so state. If not, indicate in which areas the prospective offeror can per form. Send responses to US Army Corps of Engineers, Mobile District by email (preferred) to jacalyn.m.jenkins@sam.usace.army.mil, Kristie.l.brock@sam.usace.army.mil, Cynthia.y.dunham@sam.usace.army.mil or by fax to (251) 690-2675. Please limit responses to a to tal of 10 pages (5 sheets if printed double-sided), with a font no smaller than Time New Roman font size 12 or equivalent. Do not include or attach brochures in addition to your response. This notice is to help USACE in determining Hub-Zone; 8(a) or Serv ice-Disabled Veteran-Owned Small Business sources only. Large businesses need not respond. Please note that this office has not yet made a decision as to whether this procurement or a portion thereof will be set aside, and it reserves the right to determ ine the appropriate method of procuring the above services based upon its analysis and evaluation of the capability statements. NOTE: This is NOT a Request for Proposal. Points of Contact Jackie Jenkins, 251-441-5598 Kristie Brock, 251-694-3868 Cynthia Dunham, 251-694-3860 Email your questions to US Army Corps of Engineers, Mobile at jacalyn.m.jenkins@sam.usace.army.mil kristie.l.brock@sam.usace.army.mil cynthia.y.dunham@sam.usace.army.mil PLACE OF PERFORMANCE: Dependent upon task order requirements (MEDCOM facilities - Continental US, Alaska, Hawaii, and/or Puerto Rico)
- Place of Performance
- Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Country: US
- Zip Code: 36628-0001
- Record
- SN00994417-W 20060226/060224212558 (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 |