Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

R -- Construction Engineering Services for DoD Army Medical Facilities Nationwide, Including Alaska, Hawaii and the Caribbean.

Notice Date
3/31/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, 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
W91278-09-R-0052
 
Response Due
4/16/2009
 
Archive Date
6/15/2009
 
Point of Contact
Kristie L. Brock, 251-694-3868<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS PROJECT IS ADVERTISED AS A SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET ASIDE PURSUANT TO THE SMALL BUSINESS COMPETITIVE DEMONSTRATION PROGRAM. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 541330. Contractor shall assist in performing a full range of military and medical installation support activities to include: portfolio, program, and project management consulting services and technical management consulting services. Such management activities may involve, but are not limited to, the following fields: planning, programming, project integrating, risk mitigation, safety, engineering, quality assurance, construction management, infection control, Army medical planning and programming, healthcare planning, real estate, and other similar Army Medical Command activities. Contractor assistance may be required for entire jobs or for portions or specific tasks of a larger project. Contractor duties may include general services, technical management, program analyses, and/or total program management. a.General services may include, but are not limited to: database management; healthcare planning; report review and/or preparation; and basic regulation/literature research. b.Technical management services may include, but are not limited to: Army medical program management; quality assurance evaluation; and technical review and consultation. c.Program analyses will be comprehensive evaluations of certain areas, and may include recommendations for actions necessary to comply with regulatory requirements or to improve the programs. Program areas may include, but are not limited to: development of management systems and plans; sustainability development and Sustainable Project Rating Tool (SPiRiT) and/or LEED planning and evaluation; master planning activities; performance procurement planning. Specific examples of possible activities include: portfolio management services; project integration and project management support services; quality assurance services; risk mitigation evaluation; post occupancy evaluations; and recommendations for process improvement to sustainable development. These particular activities serve as examples of the type of work that may be required and are not all-inclusive. d.Total program management includes the development, management and overall coordination of Army medical programs. Examples include, but are not limited to, coordination of a broad range or multidisciplinary activities at various Medical or Dental Treatment Facilities, Research Facilities, Regional Offices and Commands; and centrally funded programs at the Army Medical Command (MEDCOM), headquarters, and installation levels. Location. Contractors may be required to perform tasks on-site at a Government facility or at their own facilities. Tasks may be performed anywhere in the United States (including Alaska and Hawaii), as well as outside of the United States (the Caribbean). Under no circumstances will engineering services covered by The Brooks Act be performed on this contract. The Government contemplates awards of two to three (2-3) Indefinite Delivery/Indefinite Quantity contracts resulting from this solicitation which will include a base year and four one-year options. Firm Fixed-Price Task Orders will be issued against the contracts. The total maximum value to be shared amongst all contracts awarded under this solicitation is $15,000,000.00 over five years. There is no guarantee that this maximum value will be distributed equally. Awardees will share this total value through a competitive task order award process. The requirement is handled by the U.S. Army Corps of Engineers, Mobile District, Mobile, AL. Solicitation documents should be available for download on or around 27 April 2009. The Contracting Officer for this project is Mrs. Donna Parker. Questions specific to this solicitation may be answered by sending an email to Kristie.Brock@us.army.mil, Cynthia.Dunham@us.army.mil, and/or Jacalyn.Jenkins@us.army.mil, or submitting via facsimile: 251-690-2675. There is no cost for this solicitation. All responsible sources may submit an offer that shall be considered. Note No. 1: The (ASFI) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. All prospective contractors and their subcontractors and suppliers must be registered in ASFI before they will be allowed to download solicitation information. Solicitation documents, plans and specifications will only be available via the Army Single Face to Industry (ASFI) Homepage https://acquisition.army.mil/asfi/. Registration for specifications should be made via FedBizOpps via ASFI Internet Homepage. The information listed below is required to register: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; and Telephone Number. d. E-Mail address. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Bidders, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the ASFI system in order to be able to download the electronic files. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractors responsibility to check this web page daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation will be in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No.3: For this job, a Service Disabled Veteran Owned Small Business is defined as having average annual receipts of less than $4,500,000.00 for the past three years. Note No. 4: All advertisements of Mobile District projects will be through the FedBizOpps and/or the Army Single Face to Industry (ASFI). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://acquisition.army.mil/asfi/. Note No. 5: A pre-proposal conference will be held at 109 St. Joseph Street, Mobile, Alabama. Offerors should refer to Section L, Contract Clause 952.000-4133, PRE-PROPOSAL CONFERENCE, in the solicitation for details regarding date and time. The purpose of the conference is to familiarize the offerors with the scope of work, address questions concerning the project, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. It is requested that a representative of each offeror attend the pre-proposal conference. Number of attendees is limited to four from each firm. Names of individuals from each company who will attend the conference should reach the following addressees no later than (5) working days prior to the conference. Attendees may register via fax (251-690-2675) or email to Kristie.L.Brock@us.army.mil, Cynthia.Y.Dunham@us. army.mil, and Jacalyn.M.Jenkins@us.army.mil. All attendees must bring a photo ID (such as valid drivers license) the day of the pre-proposal conference. All individuals will be issued a temporary badge the day of the conference. Please allow plenty of time at the security/badging office. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=47be6f02ddf85cbf837e5f4a7076baf1&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL<br />
Zip Code: 36628-0001<br />
 
Record
SN01781362-W 20090402/090331220328-47be6f02ddf85cbf837e5f4a7076baf1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.