SOURCES SOUGHT
Y -- Market Survey is being performed for Fort Campbell Blanchfield Army Community Hospital (BACH)
- Notice Date
- 5/26/2011
- Notice Type
- Sources Sought
- 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-11-FTCHOSPITALADD
- Response Due
- 6/9/2011
- Archive Date
- 8/8/2011
- Point of Contact
- Stephanie Craig, 502-315-6204
- E-Mail Address
-
USACE District, Louisville
(stephanie.m.craig@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZONE, 8A, Small Disadvantaged or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for new construction at, and alteration of, the Fort Campbell Blanchfield Army Community Hospital (BACH), which will provide adequate health care, administrative, and ancillary services space to meet increased population requirements at Fort Campbell. Construction entails alteration and expansion of existing spaces for the BACH administration area, Mother/Baby unit, and Emergency Department. Construction will also include the addition of a new two-story Behavioral Health clinic, which will be connected to the existing BACH. Alteration space totals approximately 16,000 square feet and new construction totals approximately 45,000 square feet. Work will also include demolition of the existing Helipad and other on-site structures, construction of a new Helipad, relocation and extension of major utilities at interior and exterior locations, significant upgrade of the Central Utility Plant, expansion and reconfiguration of vehicle parking areas, and construction of temporary modular Emergency Department waiting room, triage, and administrative support space. Construction activities will require complex phasing of work, along with the implementation and strict compliance with Interim Life Safety Measures and Infection Control Risk Mitigation Measures. Contract duration is estimated at 30 months. The estimated cost range is between $25,000,000 and $100,000,000. NAICS is 236220. All interested Small Businesses, certified HUBZONE, 8A, or Service Disabled Veteran Owned Business contractors should respond to this survey by email NLT 06/09/2011 by 12:00 Noon Eastern Standard Time. Responses should include: (1) Identification and verification of the company's small business status; (2) The level of performance and payment bonding capacity that the company could attain for the proposed project; (3) Descriptions of Experience - Describe projects substantially completed in the last seven years that are similar in size and scope to the proposed project. Projects considered similar in size to this project include new construction and alteration of active hospital facilities in excess of 40,000 square feet. Projects considered similar in scope include new construction (expansion) and alteration of active hospital facilities that included relocation, extension, and upgrade of major utilities at interior and exterior locations, expansion and reconfiguration of hospital vehicle parking areas, construction and maintenance of temporary modular hospital facilities and alternate entrance locations, phasing of work, and implementation and strict compliance with Interim Life Safety Measures and Infection Control Risk Mitigation Measures. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, the portion and percentage of work that was self performed, whether the project was design/build or not, a description of how the experience relates to the proposed project, and the performance rating for the work; (3) Capability of obtaining performance and payment bonds for the project in the dollar range listed above; and (4) A statement verifying the contractor will self-perform 20% of the work and how it will be accomplished. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Mrs. Stephanie Craig at stephanie.m.craig@usace.army.mil or mail to U.S. Army Corps of Engineers, Louisville District, 600 Martin Luther King Jr. Place, Room 821, and ATTN: Stephanie Craig, Louisville, KY 40202-2267. If you have questions please contact Stephanie Craig at stephanie.m.craig@usace.army.mil (502-315-6204). This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Contracting Office Address: USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230 Point of Contact(s): Stephanie Craig, 502-315-6204 USACE District, Louisville
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11-FTCHOSPITALADD/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Record
- SN02457974-W 20110528/110526234814-22ec94980ef3c4688dd5613121c991b8 (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 |