SOLICITATION NOTICE
Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts for healthcare facility repair/construction, in support of the U.S. Army Medical Command’s (MEDCOM) Sustainment, Restoration, and Modernization program
- Notice Date
- 5/5/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-15-R-0052
- Archive Date
- 7/29/2016
- Point of Contact
- Chris Maund, Phone: 2516902629
- E-Mail Address
-
chris.a.maund@usace.army.mil
(chris.a.maund@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The U.S. Army Corps of Engineers Mobile District is planning to advertise an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for healthcare facility repair/construction, in support of the U.S. Army Medical Command's (MEDCOM) Sustainment, Restoration, and Modernization program. This MATOC pool will cover various Medical Treatment Facilities (MTF) throughout the Southern Regional Medical Command which encompasses the states of Alabama, Georgia, Louisiana, Oklahoma, South Carolina, Tennessee, and Texas. The request for proposal (RFP) number is W91278-15-R-0052. The primary support requirement of the MEDCOM program includes facilities such as health, dental and veterinary clinics, medical warehouses, administrative facilities supporting the medical mission, and similar support facilities. The repair/minor construction contracts are intended to provide quick and cost effective response to repair and minor construction needs, relating, but not limited, to the architectural, mechanical, electrical, instrumentation, security and safety areas of Army healthcare facilities. The work of scope will vary from site to site and will require extensive knowledge of the functional operation of medical facilities including; equipment, facility support systems, and building structures. As the facilities will typically be in full operation, the contractor will be required to minimize interference with the daily operation of the facilities and will be required to implement infection control processes and to comply with Joint Commission requirements for construction work in occupied medical facilities. The work will typically be reconfiguration of a single room or functional area, or repair of a single utility system component; though more extensive efforts to include both repair of failed and failing systems and components, and minor construction of new systems and components. The performing contractor's personnel will be required to meet security and health screening requirements. In addition, there may be facilities or portions of facilities that require medical testing and/or immunization of contractor employees, beyond basic OSHA requirements, before the employees are authorized to work in the controlled room, area, or facility. Location: Southern Regional Medical Command. Southern Region encompasses the states of Alabama, Georgia, Louisiana, Oklahoma, South Carolina, Tennessee, and Texas. The Government contemplates four (4) or more Service Disabled Veteran Owned Small Business Indefinite Delivery Indefinite Quantity contracts resulting from the upcoming solicitation, which will include a base year plus four (4) one-year options. Firm Fixed-Price (FFP) Task Orders will be issued against the contracts. The total maximum value to be shared amongst all contracts awarded under this solicitation is $49,000,000.00 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, Alabama. Solicitation documents should be available for download on or around June 2016. Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. 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 Contractor's responsibility to monitor the website 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. The solicitation and any plans and 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 is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 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. Additionally, a CD of the offeror's entire proposal will be required with the paper medium. Note No.3: For this job, Competitive Service Disabled Veteran-Owned Small Business is defined as being at least 51% owned by an individual who can be considered by the Government as a Service-Disabled Veteran (defined by 38 U.S.C 101 (2) and (16). Also, average annual receipts of less than $36,500,000.00 for the past three years is required to meet the small business size standard for NAICS code 236220. Note No. 4: All advertisements of Mobile District projects will be through Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are all available on the Internet at: https://www.fbo.gov. Note No. 5: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the PROJNET internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to deadline of submission of proposals). Contracting Office Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street Mobile, AL 36628-0001 US Point of Contact(s): Chris Maund 251-690-2629 USACE District, Mobile
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-15-R-0052/listing.html)
- Place of Performance
- Address: USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street, Mobile, AL 36628-0001, United States
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN04107217-W 20160507/160505234704-85c962c8d804b5625c594c05b2cd901d (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 |