Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
MODIFICATION

Y -- REPLACEMENT HOSPITAL, FORT LEONARD WOOD, MISSOURI

Notice Date
3/19/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-18-R-4018
 
Point of Contact
Carmen E. Hopkins, Phone: 8163893264
 
E-Mail Address
carmen.e.hopkins@usace.army.mil
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for a single Design-Build, Firm-Fixed Price Contract for construction of a Fort Leonard Wood, Missouri Replacement Hospital Project. The general scope of the requirements will be furnishing all labor, equipment, materials, and transportation and performing all required work in accordance with Request for Proposal (RFP) requirements for the design and construction of a new replacement for the General Leonard Wood Army Community Hospital (GLWACH). The Contractor shall design and construct replacement facilities for the General Leonard Wood Army Community Hospital (GLWACH) and Outpatient Clinic. The replacement facilities include a new 256,397 gross square feet (GSF) Hospital and 188,935 GSF Outpatient Clinic providing inpatient/ outpatient primary care specialties including Family Practice, Internal Medicine, Pediatrics, General Surgery, Orthopedics, Urology, Ophthalmology, Optometry, Podiatry, Obstetrics and Gynecology, Physical Therapy, Occupational Therapy, Audiology, Otolaryngology, Psychiatry, Psychology, Social Work, Neurology and Substance Abuse and a number of secondary care referral specialties. Ancillary Services include Radiology services to include X-ray, Magnetic Resonance Imaging (MRI), Ultrasound, Mammography, and Computed Tomography (CT); Surgery for inpatients and a high volume of outpatients; a full range of inpatient and outpatient laboratory services; and a Pharmacy. Other Primary facilities include an Ambulance Garage that accommodates four vehicles, Helipad, and Central Utility Plant (CUP). Supporting facilities work includes rough grading of the project site, construction of a new Boulevard creating a direct link between the Hospital Replacement project facilities and Missouri Avenue, and installation of primary utilities. These state of the art medical facilities will incorporate contemporary design elements and materials and will allow natural light deep into the building. Exterior materials will be selected to convey the desired aesthetic and organizational imagery while providing durability and ease of maintenance. Contractors are encouraged to consider systems approaches that provide the desired exterior appearance and imagery while minimizing cost and construction duration. Utilization of prefabricated or precast panel systems is encouraged. Special foundations will be required for the facilities, designed and constructed in accordance with local geotechnical conditions. Integrated building equipment is expected to be included as firm-fixed price options. Phase 1 of this two Phase solicitation will be posted as Full and Open (Unrestricted), as a Two Phase Design Build utilizing Best Value Tradeoff Procedures to determine the offer providing the best value to the Government. The estimated performance period for completion of construction is 1460 calendar days from the issuance of the Notice to Proceed (NTP). The unrestricted solicitation will be available on or about April 6, 2018 via the Federal Business Opportunities (FEDBIZOPPS) website at www.fbo.gov. The NAICS code is 236220 (Commercial and Institutional Building Construction), with a small business size standard of $36.5 Million in average annual receipts. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $250,000,000 and $500,000,000. Bid bond will be required with your Phase 2 Only proposal in the amount of 20% of the offeror proposed price or $3,000,000.00 whichever is less. Payment and Performance bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed (NTP) can be issued. The Government will evaluate the performance capability of offerors in accordance with the criteria described in the solicitation. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Submission Requirements and the Basis for Award. The source selection process will be conducted in accordance with FAR Part 15.3, Far Part 36.3, and DoD and Army source selection procedures. HOW TO OBTAIN A COPY OF THE SOLICIATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov and ProjNet at https://www.ProjNet.Org. Downloads are available only through either the FBO and/or ProjNet websites. Any amendments will only be available from either the FBO and/or ProjNet websites. Offerors are responsible for checking both the FBO and ProjNet websites frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not successfully and actively registered in the SAM database, the Government reserves the right to award to the next prospective offeror. The solicitation and associated information will be available from the FedBizOpps website at https://www.fbo.gov. This will normally be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. VETS4212 Requirement: Per the Federal Acquisition Regulation (FAR) Part 22.1303 all offerors must complete their VETS4212 report via the Department of Labor website at https://www.dol.gov/vets/vets4212.htm to be eligible for award. Points of Contact: The point of contact for all questions/inquiries is Carmen Hopkins by email at carmen.e.hopkins@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-18-R-4018/listing.html)
 
Place of Performance
Address: FORT LEONARD WOOD, FORT LEONARD WOOD, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04858802-W 20180321/180319230943-e36751eb974d5f4d8280680a9ffb9706 (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.