Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOURCES SOUGHT

Z -- Kansas City District Alternative Care Facilities (COVID-19)

Notice Date
3/26/2020 10:31:04 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ20RACF1
 
Response Due
3/30/2020 1:00:00 PM
 
Archive Date
04/14/2020
 
Point of Contact
Joshua Higginbotham, Phone: 8163893059, Bradley Wright, Phone: 816-389-3936
 
E-Mail Address
joshua.m.higginbotham@usace.army.mil, bradley.j.wright@usace.army.mil
(joshua.m.higginbotham@usace.army.mil, bradley.j.wright@usace.army.mil)
 
Description
Synopsis: 1. General. This is a SOURCES SOUGHT and is for INFORMATIONAL/MARKET RESEARCH purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. THERE IS CURRENTLY NO KNOWN REQUIREMENT FOR THESE SERVICES TO BE PROVIDED. The purpose of this sources sought is to obtain insight into the interest, capabilities, and qualifications of firms to assist the Government in preparing market research in support of this effort. 2. Potential Contract Information: USACE, Kansas City District is seeking capabilities statements from construction firms who are interested in providing design-build construction services to retrofit pre-existing buildings and facilities for increased medical capacity as a result of the COVID-19 virus outbreak. The Kansas District is particularly interested in receiving capabilities statements from businesses located in and around the states of Kansas and Missouri to support efforts in St. Louis, Kansas City, Columbia, Springfield, Topeka and Wichita. Note that boundary restrictions are subject to change based on mission requirements. Construction firms will be required to mobilize within 1-2 calendar days of contract award and complete work within an immediate 3-week timeline. Potential buildings and facilities to be retrofitted include hotels and convention centers. Hotels and convention centers may be configured as an acute alternate care facility for COVID-19 patients or a non-acute alternate care facility (see draft scopes of work in the Attachment sections). A public web address is also available to share materials and diagrams developed by medical and construction experts from USACE and HHS for these Alternate Care Sites: https://www.usace.army.mil/Coronavirus/Alternate-Care-Sites/. Buildings and facilities will be located within 10 miles of major Missouri and Kansas Hospitals and Medical Centers. Project Description: Potential work under consideration for the projects include, but is not limited to, the following: Removing carpeting Installing vinyl flooring or epoxy Revising HVAC equipment and ducting to accommodate HEPA filtration and maintain negative pressure environments Adding Emergency Backup Power and Uninterrupted Power Supply Enabling/configuring IT infrastructure Adding additional electrical circuits and outlets Providing / Constructing Patient Pods Interior renovations / construction Installing nurse�s stations Adding privacy curtains Site Improvement items as needed: Perimeter fencing Patient screening area Exterior pharmacy Medical Gas Storage Access Control Point Medical waste disposal area Should a requirement(s) arise from this sources sought, the proposed project(s) will be awarded utilizing two-phase design-build selection procedures described in FAR Subpart 36.3. The Government will utilize FAR Part 15 source selection procedures to determine the awardee and will award a letter contract(s) as detailed in FAR Subpart 16.603 to allow for immediate commencement of work. Each awarded letter contract will include a ceiling price and a definitization schedule. North American Industrial Classification Code (NAICS): 236220, Commercial and Institutional Building Construction Size Standard: $39.5M Potential Federal Service Codes (FSCs): Z2AB, Repair or Alteration of Conference space and facilities; Z2QA Repair or Alteration of Restoration of real property (public or private) Point of Contact for small business questions or assistance shall be directed to the USACE Kansas City District, Deputy for the Office of Small Business Programs, Arthur E. Saulsberry, at Arthur.E.Saulsberry@usace.army.mil. 3. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: US Army Corps of Engineers, Kansas City District (CENWK) Potential Retrofit of Pre-existing Buildings and Facilities for Increased Medical Capacity - COVID-19. Please send to Bradley Wright, Contracting Officer, at Bradley.J.Wright@usace.army.mil and Joshua Higginbotham, Contract Specialist, at Joshua.M.Higginbotham@usace.army.mil, as soon as possible. Responses will be accepted on a continual basis. There is no suspense or expiration associated with this notice. A firm�s response to this Sources Sought shall be limited to 5 pages and shall include the following information: 1.� Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and business size (e.g. large business, small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, or other). All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. 2.� Provide relevant information on the Firm's experience/capabilities as it pertains to the proposed work outlined in the Project Description. Capability statements shall specifically address your firm�s ability to mobilize within 1-2 calendar days of contract award to begin work and ability obtain labor and equipment in the area to complete on 3-week timeline. Capabilities statements may include a listing of owned (or accessible) equipment and information regarding the firm�s workforce. Please DO NOT include Personally Identifiable Information in the capabilities statement. 3. Provide your firm�s bonding capacity (construction bonding level per contract and aggregate bonding level). 4. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to enable the Government to correctly assess the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published on SAM.gov, however, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ce58ded3e064ffdba2304ce984b769b/view)
 
Record
SN05602054-F 20200328/200326230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.