SOURCES SOUGHT
Y -- Construct Ambulatory Surgery Center and Endoscopy Center, Tripler Army Medical Center, Oahu, Hawaii
- Notice Date
- 3/12/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-11-Z-0005
- Response Due
- 3/28/2011
- Archive Date
- 5/27/2011
- Point of Contact
- Theodore Turney, 808-438-8591
- E-Mail Address
-
USACE District, Honolulu
(theodore.t.turney@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Honolulu District is performing market research for a construction requirement on behalf of the Veterans Affairs entitled: Construct Ambulatory Surgery Center and Endoscopy Center, Tripler Army Medical Center, Oahu, Hawaii. This requirement will be awarded as a firm-fixed price construction contract. It is not an Invitation for Bids (IFB) or a Request for Proposals (RFP). This announcement is for information and planning purposes only, and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. The purpose of this sources sought synopsis is to determine interest and capability of potential qualified small businesses of all types relative to the North American Industry Classification code (NAICS) 236220. The Small Business size standard for each of these NAICS codes is $33.5 million average annual revenue. This project will construct one 2-story facility medical facility, approximately 10,000 SF per floor. The first floor is designated as the Ambulatory Surgery Center (ASC). The ASC will consists of operating rooms, prep/recovery rooms, nurses' station, nurse's office, locker rooms, exam/lab, medical equipment storage spaces, mechanical, electrical and communication rooms, family consultation area, lobby/reception area, restrooms, and other necessary medical support spaces. The second floor is designated as the Endoscopy Center (EC). The EC will consists of procedure rooms, prep/recovery rooms, scope decontamination, sterile and storage areas, nurses' station, nurses' office, a phase II recovery room, exam room, lobby/reception area, and staff lockers and lounge. Also included is this project is the construction of a connector bridge/elevator/stairs designed to connect this new facility to the 6th floor of the Tripler Army Medical Center. The price range is between $10Million to $25Million. To make an appropriate acquisition decision for these projects, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS: (1) Your intent to submit a proposal for this project when it is formally advertised. (2) Name, address and DUNS number of firm with phone and email of points of contact. (3) Size of firm including category of small business, such as 8(a), HUBZONE, or SDVOSB. (4) Provide a list of construction work your firm performed constructing a medical/hospital/health care facility. If you firm has no previous experience constructing a medical type facility, list other construction experience for multi-story buildings of similar size and value. Include the contract number (for Corps projects), date of award, date of substantial completion, cumulative contract dollar amount, and whether your firm was the prime or subcontractor. (5) What are your current staffing agreements and/or joint venture partnerships with firms for construction of a medical/health care facility? (6) List your experience with obtaining LEED Silver Certification or better on construction projects. (7) Provide a letter from your surety stating your bonding capability for a single contract action, and your aggregate capacity. NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID or PROPOSAL FOR THESE PROJECTS WHEN FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, these solicitations may be issued as full and open (unrestricted) competition. The individual solicitation announcements will be posted to the Federal Business Opportunities web site (www.fbo.gov) at a later date. Bids or proposals will be due approximately 30 days after the actual solicitation issuance date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-11-Z-0005/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02399568-W 20110314/110312233022-1781c21a109ec866439ea0071f8d8e67 (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 |