Search Contract Opportunities

Army MEDCOM DB MATOC 2.0

ID: W9127S19R6002 • Type: Presolicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Title: DESIGN BUILD MULTIPLE AWARD TASK ORDER CONTRACT (MATOC), THE U.S. ARMY MEDICAL COMMAND (MEDCOM) MEDICAL SUSTAINMENT, RESTORATION AND MODERNIZATION (MSRM) PROGRAM.

Media: FEDERAL BUSINESS OPPORTUNITIES www.fbo.gov
Estimated Construction Range in accordance with (IAW) Defense Federal Acquisition Regulation Supplement (DFARS) 236.204 (iv): $250M -500M
NAICS Code: 236220
Federal Service Code (FSC Code): Z2DA
Small Business Size Standard: $36.5M

*THIS NOTICE IS PROVIDED FOR INFORMATION ONLY. THIS SYNOPIS IS ONLY A NOTIFICATION THAT A SOLICITATION IS ANITCIPATED AND FORTHCOMING.

DESCRIPTION:
THIS ACQUISITION IS FOR AN INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) (MATOC) FIRM FIXED PRICE (FFP) CONTRACT FOR DESIGN-BUILD (DB).
The purpose of this MATOC acquisition is to continue US Army Corps of Engineers (USACE) support of the Continental United States (CONUS)-wide, Alaska (AK) and Hawaii (HI) U.S. Army Medical Command (MEDCOM) Medical Sustainment, Restoration and Modernization (MSRM) program in fiscal years 2020 through 2024. The MEDCOM Design-Build (DB) process uses highly qualified healthcare contractor to deliver the highest quality design and construction. The MEDCOM MSRM program includes the sustainment and renewal of hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, wellness centers and any other buildings connected to/associated with the U.S. Army MEDCOM.
The scope of work for the resultant contract will primarily be associated with the design, renovation/alteration of existing active facilities, but may also include major repair and new construction. Work may include, but is not limited to, replacement, restoration or modernization of hospitals, clinics, medical administration buildings, ambulatory health facilities, medical warehouses, medical labs, biological engineering labs, dental clinics, veterinary clinics, and wellness centers. This requirement will be performed within the CONUS to include AK and HI; with a potential for contracts to serve a certain region.

The objective is for the contractors to provide the design and construction/renovations to include but not limited to HVAC, medical gas, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation. These services must include cradle to grave project management services, and design services. This work is performed in ongoing active healthcare facilities.

Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the design, construction, repair, and/or alteration to sustain, restore, and or modernize clinics, hospitals, administrative buildings, health facilities, warehouses, veterinary clinics, ancillary facilities, and wellness centers, using Military Construction (MILCON) and Operations and Maintenance (O&M) processes. The contractor shall have experience in utilizing performance based requirements, where the customer identifies the objectives (desired result) and the constraints (code/criteria/standards) and the contractor is responsible for determining the means and methods to achieving the desired result. A capable and qualified contractor must have experience in performing during the course of normal hospital/clinic operations.

Any resultant contract(s) will be for a period five (5) year base with no option years, not to exceed five (5) years. Each contract awarded under the MATOC will share the total contract capacity estimated at $240 million over the five (5) year period. The estimated minimum size of a task order is $250K. The estimated maximum size of a task order is $15M. Companies must have ability to perform up to a minimum of three (3) task orders simultaneously.

This acquisition is critical to the continued planning, programming, and execution of the U.S. Army MEDCOM MSRM program. The USACE and MEDCOM MSRM teams are required to execute Surgeon General endorsed projects in support of Joint Commission accreditation and Facility Life Cycle Management milestones; avoiding/preventing jeopardizing the life, health, and safety of staff, patients, and visitors in over twenty six (26) million square feet of real property and access to medical and dental care for a beneficiary population exceeding three (3) million beneficiaries. Work shall be performed in accordance with the terms and conditions of any resultant contract.

Prior to an offeror receiving an award as a result of any resulting solicitation, the offeror must be registered and have an active, valid registration in the System For Award Management (SAM) database. To obtain information on how to register, visit the following web site: https://www.sam.gov

The acquisition will be a two-phase approached IAW FAR Subpart 36.3. The two-phase selection procedure authorized under 10 U.S.C. 2305a allows Offerors to submit information related to specialized experience, technical competence, capability to perform, past performance, teaming arrangements and/or other information requested in phase one. Based on information submitted in phase one, the source selection authority will select no more than five (5) of the most qualified Offerors to advance onto phase two in the competition and are subsequently invited to submit certain specified technical design proposals for an initial task order (TO) and a price proposal. The Government will evaluate the phase two proposals IAW the criteria described for phase two in a solicitation amendment. A target of up to Five (5) contracts will be awarded to the most highly rated Offerors. A seed task order will be used to evaluate the technical approach submission criteria. The proposal offering the best value for the seed task order will receive the award for the first task order. All proposals must be complete and timely to be considered.

The solicitation will be made available on or about 14 June 2019. This solicitation and its associated information will be issued via Internet only and will not be made available in hard copy format. Notification of amendments shall be made via FedBizOpps only. It is therefore the contractor's responsibility to check the FedBizOpps address daily (www.fbo.gov) for any posted changes to this solicitation. For security and document size reasons, all technical and engineering data related to this solicitation will be distributed using the RepliWeb site. RepliWeb is a web-based dissemination tool designed to safeguard acquisition-related information for some Federal agencies. Access instructions will be provide with the Solicitation.

Offerors are encouraged visit and REGISTER AS INTERESTED VENDOR on http://www.fedbizopps.gov. You will not be able to download plans and specs from this site; however instructions on how and where to download the specs and drawings from the RepliWeb site. Offerors must provide a list of individuals and their emails from each company that will require access to the solicitation, plans, specs, and any amendments in order to have access to download from the RepliWeb site, each individual's email provided will only have access ONCE to download the necessary documents for each action created (i.e. Solicitation release, amendments etc..). The contract specialist for this solicitation will be Lakisha Vance, Lakisha.D.Vance@usace.army.mil 501-340-1264, the Contracting Officer will be Donald Tam, Donald.P.Tam@usace.army.mil 501-340-1223.

Award will be based on a Best Value Decision, Tradeoff process, IAW FAR 15.101-1. If a solicitation is released it will be synopsized in FedBizOpps at https://www.fbo.gov. Anticipated solicitation for issuance date for phase one is on or about [14 June 2019], and the estimated proposal due date will be on or about [23 July 2019]. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities inviting firms to register electronically to receive a copy of the solicitation when and if a solicitation is issued. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.

Overview

Response Deadline
Aug. 12, 2019, 4:00 p.m. EDT (original: ) Past Due
Posted
March 29, 2019, 3:07 p.m. EDT (updated: Aug. 5, 2019, 9:16 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
86%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/29/19 USACE Little Rock District issued Presolicitation W9127S19R6002 for Army MEDCOM DB MATOC 2.0 due 8/12/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Title
Contracting Officer
Name
Lakisha D. Vance   Profile
Phone
(501) 340-1271

Secondary Contact

Title
Chief, Military Execution Branch
Name
Donald P. Tam   Profile
Phone
(501) 340-1223

Documents

Posted documents for Presolicitation W9127S19R6002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W9127S19R6002

Contract Awards

Prime contracts awarded through Presolicitation W9127S19R6002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9127S19R6002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9127S19R6002

Experts for Army MEDCOM DB MATOC 2.0

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT LITTLE RO
FPDS Organization Code
2100-W9127S
Source Organization Code
100221423
Last Updated
April 1, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 1, 2020