SOURCES SOUGHT
Y -- SOURCES SOUGHT TO CONSTRUCT NEW AMBULATORY SURGERY CLINIC, LACKLAND AFB, TX
- Notice Date
- 1/2/2009
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, Attn: CENWO- CT, 1616 Capital Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-09-S-0001
- Archive Date
- 4/30/2009
- Point of Contact
- Polina Poluektova,, Phone: 402-995-2091
- E-Mail Address
-
polina.a.poluektova@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Omaha District has been tasked to solicit for and support Fort Worth District in awarding a project to include construction Early Contract Involvement (ECI) for an Ambulatory Surgical Clinic Replacement at Lackland AFB, Texas. The Government proposes to issue a fixed price incentive ECI type contract for this project. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the Community general contractors to compete and perform a fixed-price, incentive (ECI) type contract. The Government must ensure there is adequate competition among the potential pool of available contractors. Construction services will consist of constructing a new Ambulatory Surgical Clinic Replacement (ASC) at Lackland AFB, TX. The project includes but is not necessarily limited to: a new 645,000 SF ambulatory clinic which includes same day surgery capabilities, primary care, and 30 sub-specialty out-patient services, ancillary departments and support spaces. Also included are: an ambulance shelter, a central energy plant, a 708-car garage, special foundations, commissioning, phasing, and building information systems. Supporting facilities include utilities, paving, parking lot lighting, walks, curbs and gutters, parking, access roads, landscaping, storm drainage, site improvements, antiterrorism protection (AT) measures and access for individuals with disabilities. The work will include installation of intrusion detection system (IDS) and provide connection to the energy monitoring control system (EMCS). Minimum Department of Defense Antiterrorism measures will be required. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 will be included. The project will be constructed to qualify for, as a minimum, the Silver rating as defined by the U.S. Green Building Council Leadership in Energy and Environmental Design (LEED) Green Building Rating System for New Construction and Major Renovations, Version 2.2 Designs will be developed using Building Information Modeling (BIM). This work will also include demolition (including abatement of hazardous material, such as mercury, asbestos and lead based paint) of the existing Wilford Hall Medical Center following construction of the new clinic building. The estimated construction range: Between $250M and $500M. Estimated duration of project is 1,300 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors and subfactors have not been assigned at this time. Past Performance and Small Business Subcontracting Plans will be evaluated. Offerors responses to this synopsis for the following questions are sought from prospective prime contractors. Responses shall be limited to 5 pages. Offerors name, address, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past 5 years, and brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors type of business and business size (whether large business, small business, HUB Zone, Service Disabled Veteran Owned Business, 8(a)). Offerors Joint Venture information if applicable, existing and potential. Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Offerors (other than small) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Also, Earned Value Management System (EVMS) will be applied in accordance with DFAR Provision 252.234-7001 Notice of Earned Value Management System (APR 2008) and DFAR Clause 252.234-7002 Earned Value Management System (APR 2008). These will be included in the solicitation. Please answer the following questions in your sources sought submittal. 1. Do you currently have an approved EVMS plan? If so, date of last Integrated Baseline Review (IBR). 2. If you do not have a compliant EVMS, please estimate the cost of implementing one within 6 months of the award date? 3. The number of contractor personnel that have been adequately trained in EVMS? 4. Describe the EVMS the offeror intends to use in performance of the contract, and how the proposed EVMS complies with the EVMS guidelines in ANSI/EIA-748. 5. Distinguish between the offerors existing management system and modifications proposed to meet the EVMS guidelines? 6. Describe the management system and its application in terms of the EVMS guidelines? Interested offerors shall respond to the Sources Sought Synopsis no later than 2:00 PM (CST) 20 January 2009. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail or e-mail your response to Ms. Polina Poluektova, Contract Specialist, U.S. Army Corps of Engineers, 1616 Capitol Ave, Omaha, NE 68102. E-mail address: polina.a.poluektova@usace.army.mil. E-mail is the preferred method when receiving responses to this synopsis.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4b6c80cb3e4dacda5c8461a437b7c34e&tab=core&_cview=1)
- Place of Performance
- Address: Lackland AFB, Texas, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN01726449-W 20090104/090102213711-4b6c80cb3e4dacda5c8461a437b7c34e (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 |