Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2014 FBO #4512
MODIFICATION

Z -- Sources Sought to provide design-build renovation services supporting an engineering solution for central sterile rooms to provide pressure control, infection control, termperature and exhaust at Eielson AFB, Alaska.

Notice Date
3/31/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-14-R-6007
 
Response Due
4/4/2014
 
Archive Date
5/30/2014
 
Point of Contact
lea.a.walker, 5013401032
 
E-Mail Address
USACE District, Little Rock
(lea.a.walker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY, TO BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. The US Army Corps of Engineers, Little Rock District, has been tasked to solicit for and award an Engineering Infrastructure Repair Design-Build Construction Services contract in support of the United States Air Force Medical Service (AFMS) Healthcare Facilities Modernization Program at Eielson Air Force Base, Alaska. The Government is seeking qualified, experienced sources capable of performing the work described below. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. Interested sources are requested to provide capabilities statements (no more than 6 pages) addressing the areas requested below and email them to: lea.a.walker@usace.army.mil not later than Friday, March 28, 2014. BACKGROUND In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. REQUIREMENT Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the renovation/replacement of the central sterile room systems, correct ductwork deficiencies, calibration and programming sequence of operations airflow requirements, and standalone heating system. The scope of work for the resultant contract will primarily be associated with the renovation of the existing facility. Develop an engineering solution for central sterile rooms (clean and dirty) to provide pressure control, infection control, temperature and exhaust as required by UFC 4-510. The solution shall be incorporated into the building automation system and the ventilation emergency shutdown sequence. Develop engineering solution to correct ductwork deficiencies inside the facility. The current configuration exhausts conditioned air out of conditioned spaces unnecessarily. Develop an engineering solution to provide calibration and programming for proper sequence of operation for proper airflow requirements to all spaces throughout the facility. Develop an engineering solution to remove the medical facility from the central heating plant to a standalone heating source. The solution must provide primary and backup boilers as an alternative to the coal fired central heating plant. The fuel used to provide heat must be natural gas or propane and not coal. CAPABLE OFFERORS MUST: 1)Demonstrate experience performing heating, ventilation and air conditioning and building automation systems in a continuously operating medical facility in Alaska as required above. Building automation systems in Alaska must conform to Alaskan codes and standards and must meet the needs of the military medical treatment facility. 2)Briefly describe experience obtaining and retaining local labor crews. 3)Provide no more than 6 pages of support for demonstrating capability. The North American Industry Classification System (NAICS) Code is 236220 - Commercial and Institutional Building Construction. The Standard Industrial Classification (SIC) Code is 1542 - General Contractors-Nonresidential Buildings, Other than Industrial Buildings and Warehouses. The US Small Business Administration Size Standard is $33.5 Million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-14-R-6007/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN03324782-W 20140402/140331234622-2b9b72c4f615fd43579e0521bdebfc75 (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.