Search Contract Opportunities

U.S. Army Medical Command's Sustainment, Restoration, and Modernization (SRM) IDIQ Task Order Contracts   18

ID: W91278-15-R-0021 • Type: Sources Sought • Match:  100%
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
Draft a sources sought response template for 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

Posted: March 1, 2016, 2:37 p.m. EST

Repair/Construction In Support of U.S. Army Medical Command
W9178-15-R-0021
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, Mobile Directorate of Contracting (DOC) is seeking information regarding capability and availability of potential contractors to perform Indefinite Delivery Indefinite Quantity Task Order (IDIQ) Contracts for healthcare facility repair/construction in support of the U.S. Army Medical Command's (MEDCOM) Sustainment, Restoration, and Modernization program. It is the intent of the Mobile Regional Contracting Center (RCC) to utilize a diverse mix of contractors, which will be organized by Multiple Award Task Order (MATOC) pools. Potential contracts may have a nation-wide scope (continental United States, Alaska, Hawaii, and US possessions). However, based on responses received regarding Offerors' capabilities and geographical reach, the Mobile RCC may consider MATOC pools for geographical regions where there are sufficient responses to justify their establishment. Additionally, MATOC pools may be established for Small Business socio-economic categories where information received as a result of this notice demonstrates sufficient interest of viable candidates and the potential for robust competition.
The repair/construction contracts are intended to provide quick response for performing major repair and minor construction relating, but not limited, to the architectural, mechanical, electrical, instrumentation, security and safety areas of Army healthcare facilities in a cost effective manner. Individual task orders will be solicited among the selected pool of the proposed MATOCs as firm-fixed price competitively selected best- value Requests for Proposals. Work 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. Since 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. Work may range from reconfiguration of a single room or functional area, or repair of a single utility system component; to more extensive efforts of a hospital wing, including both repair of failed and failing systems and components, and minor construction of new systems and components. Key personnel, to include on-site supervisors, are required to hold an American Society for Healthcare Engineering construction certificate. The price range for each project is anticipated to be between $5,000 and $5,000,000. Total capacity over the potential three year life of the contract (base year plus two option years) is not to exceed $200,000,000.
The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Businesses, and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $36.5 Million. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability to perform, to include geographic reach, logistic capabilities, and project size the offeror can handle. Include offeror's in-house capability to execute design and construction, or established relationship with a design firm to perform a design/build task order. Medical facility repair/construction experience by the Prime Construction Contractor is required. 3. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 4. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 5. No more than five (5) projects that are at least 50% repair/construction complete within the past five years, as of the date of this notice, that demonstrate their capability to perform, in medical facilities, the type of work described above. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role (i.e., prime, sub, etc.), dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address).
6. Offeror shall indicate the geographic area in which they would be interested in working (may identify one or more of the following): a. total requirement - continental U.S., Alaska, Hawaii, and U.S. possessions, b. Southeastern U.S. and Caribbean, c. Northeastern U.S., d. Western U.S. (west of the Mississippi River), e. Alaska, f. Hawaii and U.S. possessions in the Pacific region.
Interested Offerors shall respond to this Sources Sought Synopsis no later than 15 March 2016. ALL RESPONSES MUST BE EMAILED to Shannon Hyatt, Contract Specialist, at shannon.k.hyatt@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.

Posted: Jan. 6, 2015, 4:43 p.m. EST

Overview

Response Deadline
March 16, 2016, 7:00 p.m. EDT (original: Jan. 21, 2015, 6:00 p.m. EST) Past Due
Posted
Jan. 6, 2015, 4:43 p.m. EST (updated: March 1, 2016, 2:39 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
22%
Vehicle Type
Indefinite Delivery Contract
On 1/6/15 USACE Mobile District issued Sources Sought W91278-15-R-0021 for U.S. Army Medical Command's Sustainment, Restoration, and Modernization (SRM) IDIQ Task Order Contracts due 3/16/16. The opportunity was issued full & open with NAICS 236220 and PSC Z.
Primary Contact
Title
Contract Specialist
Name
Shannon K. Hyatt   Profile
Phone
(251) 690-3002

Documents

Posted documents for Sources Sought W91278-15-R-0021

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W91278-15-R-0021

Award Notifications

Agency published notification of awards for Sources Sought W91278-15-R-0021

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W91278-15-R-0021

Contract Awards

Prime contracts awarded through Sources Sought W91278-15-R-0021

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W91278-15-R-0021

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W91278-15-R-0021

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT MOBILE
FPDS Organization Code
2100-W91278
Source Organization Code
100221437
Last Updated
March 31, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 31, 2016