SOLICITATION NOTICE
Y -- Medical Clinic Addition at Ft. Campbell, KY
- Notice Date
- 3/19/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-10-R-0031
- Response Due
- 5/6/2010
- Archive Date
- 7/5/2010
- Point of Contact
- Debra Bruner, 502-315-6208
- E-Mail Address
-
USACE District, Louisville
(debra.c.bruner@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This project is for the design and construction of the Fort Campbell Medical Clinic Addition. The Fort Campbell Medical / Dental Clinic (referred to as the Clinic) is currently under construction. The Medical Clinic Addition (referred to as the Addition) is the scope of this RFP. The Addition will provide medical treatment facilities to support U.S. Army Modular Force restructuring actions at Fort Campbell. The Clinic will serve Active Duty Soldiers and Family Members. The Addition GSF as indicated in the PFD shall be a maximum 11,800 GSF + 1,000 GSF of Alteration in the Clinic presently under construction. Fifty (53) parking spaces will be required for the Addition. The Addition will add medical treatment spaces to the medical clinic only that are sufficient to provide medical treatment for both active duty soldiers and their dependents. This Addition project type will house outpatient medical treatment functions. It is intended to be similar to medical clinics in the private sector community. Upon completion of the Addition the facility will operate as a Consolidated Medical Clinic with a Troop Dental Clinic. All services to the Clinic and systems in the Clinic, if of adequate capacity, shall be extended or expanded into the Addition from the Clinic. If the capacity of these services and systems are insufficient, the Addition D-B Contractor shall design and install new services and systems as necessary to serve the Addition. These new services /systems shall interface with the Clinics seamlessly. Services include: Water, sewer, natural gas, electric, telecommunications, and cable TV. Systems include: Telecommunications infrastructure, telephone, cable TV distribution, public address, tone visual nurse call, electronic security, mass notification, and fire alarm and Energy Management. Provide all site improvements required to support the Addition. The D-B Contractor shall meet the requirements listed in the criteria and use his engineering judgment to develop a site plan for this Addition. The Addition site plan shall graphically incorporate the Addition and the Clinic site plan. The site plan shall indicate a future 20% expansion of the Addition and the parking area that shall be accomplished without alteration to the Antiterrorism/Force Protection (AT/FP) measures installed under the scope of this D-B RFP. The future 20% expansion shall be at zero cost to this Design Build project. The future 20% expansion of the Addition shall be constructed at such time in the future when and if funds are appropriated to design and construct the 20% expansion. Approximate area available for the development of the Clinic, the Addition, the future addition and the nearby future Chapel is fifteen (15.0) acres. The Addition shall disturb no more than five (5.0) acres within the entire fifteen (15.0) acre site. The D-B Contractor shall confirm the Chapel site boundaries during site design development and prior to construction. It is the stated desire of the Government that this FY 2010 Medical Clinic Addition is an Addition to the FY 2009 Medical Dental Clinic presently under construction. The Clinic is scheduled for construction completion on or around 15 Jan 2011. Project shall comply with principals and requirements to achieve Silver Level of Leadership in Energy and Environmental Design (LEED) rating. Solutions that conserve energy, improve workplace habitability and can be justified by life cycle cost analysis as cost effective are encouraged. Sustainability shall be a consideration throughout the process of project development from inception. The estimated price range for this project is from $5 to $10 million. This procurement is being advertised as 8(a) competitive limited to 8(a) firms located within the geographical areas serviced by the Kentucky, Tennessee, North Carolina, South Carolina, Georgia, Alabama, Mississippi, North Florida, South Florida, and other 8(a) construction firms with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. This is a design build construction request for proposal and will be awarded to a prime 8(a) construction contractor to be responsible for the design and construction. Proposals will be evaluted using a best value source selection process. The selection process will consist of two phases: the first phase will evaluate such factors as Specialized Experience, Past Performance, and Organization and Technical Approach. Upon completion of the Phase I evaluation, up to five offerors will be invited to propose on Phase II. Phase II will evaluate factors such as a more in depth Structural Design, Building Functional and Aesthetics, Quality of Building Systems and Materials, Site Design and Price. No pricing information is submitted under Phase I. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are more important than price. This solicitation will be issued on or about 5 April 2010 and proposals for Phase I will be due on or about 5 May 2010. The solicitation and any amendments will be available for download from the Internet only. Downloading of the project documents requires registration at the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. Registration at www.ccr.gov is required. The NAICS code is 236220, size standard $33.5 million. This announcement serves as the advanced notice for this project. Amendments will be available only through the FedBizOpps website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-10-R-0031/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02097374-W 20100321/100319234729-a509977d043c97eec11f26cc2bd5672c (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 |