SOURCES SOUGHT
Z -- Potential Retrofit of Pre-Existing Buildings and Facilities for Increased Medical Capacity � COVID-19
- Notice Date
- 3/31/2020 4:57:23 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
- ZIP Code
- 99506-0898
- Solicitation Number
- W911KB-20-R-9999-SS
- Response Due
- 4/30/2020 3:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Au Nguyen, Phone: 907-753-5754, Kathy Kinnett, Phone: 907-753-5557
- E-Mail Address
-
au.m.nguyen@usace.army.mil, sb.poa@usace.army.mil
(au.m.nguyen@usace.army.mil, sb.poa@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT AND IS FOR INFORMATIONAL/MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, BID, NOR SYNOPSIS OF A PROPOSED CONTRACT ACTION. THERE IS CURRENTLY NO KNOWN REQUIREMENT FOR THESE SERVICES TO BE PROVIDED. Potential Contract Information: U.S. Army Corps of Engineers � Alaska District is seeking capability 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 Alaska District is particularly interested in receiving capability statements from businesses located in Alaska. Note that boundary restrictions are subject to change based on mission requirements. Construction firms will be required to mobilize within 2-3 calendar days of contract award. Various buildings and facilities to potentially be retrofitted include hotels and convention centers, stadiums or arenas. Hotels and convention centers may be configured as an alternate care facility or a non-acute alternate care facility (see draft scopes of work in the Attachment section). Buildings and facilities will ideally be located within 5 miles of hospitals. The contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations, and procedures. Should a requirement arise from this Sources Sought, the proposed project(s) may be awarded utilizing two-phase design-build selection procedures described in FAR Subpart 36.3. The Government may utilize FAR Part 15 source selection procedures to determine the awardee and may award a letter contract as detailed in FAR Subpart 16.603 to allow for immediate commencement of work. Each awarded letter contract may include a ceiling price and an aggressive definitization schedule. Construction Wage Determinations (formerly Davis-Bacon) will apply. Project Description: Potential work may include, but is not limited to, the following: Removing carpeting Installing vinyl flooring or epoxy Revising HVAC ducting and HEPA filtering Adding Emergency Backup Power and Uninterrupted Power Supply Adding additional electrical outlets 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 Provide temporary medical enclosures, ventilators, PPE, disinfectant services, gowns, no touch thermometers, soap, etc.� Submission Instructions: If you can met the potential scope of work in whole or in part, then please submit a response. Responses must be submitted electronically via email referencing this Sources Sought. Send an email to the designated primary and secondary Point of Contacts. Please submit all documentation in PDF format and state in the subject line ""Sources Sought Response for COVID�. �Responses received after this time and date may not be reviewed. Please do not submit generic company information. Please do not include Personally Identifiable Information in the capabilities statement.� A firm�s response to this Sources Sought shall be limited to 5 pages and shall include the following information: 1.� Company Name, Address, CAGE and DUNS number, and Point of Contact information. Include name, phone number, and email address 2.� SAM registration status 3.� Large Business or Small Business status. If a small business, detail all applicable small business categories (i.e. woman-owned small business, economically disadvantaged women-owned small business, small disadvantaged business, certified 8(a) program participant, historically underutilized business zones firm, veteran-owned small business, and service-disabled veteran-owned small business) 4.� Company�s construction bonding level per contract and aggregate capacity 5.� Relevant work experience with similar projects (years and type of work) 6.� Experience with remote Alaskan infrastructure work (years and type of work)? 7. The firm�s intent to propose on this project as a prime contractor. Describe components of the work which may require sub-contracting, joint ventures, etc. 8. Ability to perform in urban (e.g. Anchorage) and remote areas (e.g. villages) 9. Discussion of firm�s ability to mobilize within 2-3 calendar days of contract award to begin work and ability to obtain labor and equipment in the area. Capabilities statements may include a listing of owned (or accessible) equipment and information regarding the firm�s workforce Disclaimer and Important Notes: All interested firms SHOULD 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. An exception currently applies for awards related to this emergency. 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 beta.SAM.gov, however, responses to this notice will not be considered adequate responses to a solicitation. Small Business Questions: Point of Contact for small business questions or assistance please contact the Alaska District�s Deputy for Small Business, Kathy Kinnett at 907-753-5557 or sb.poa@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cf299dde152741c9b0c0d963abc3e1bc/view)
- Place of Performance
- Address: AK, USA
- Country: USA
- Country: USA
- Record
- SN05606368-F 20200402/200331230154 (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 |