News

AIR FORCE MEDICAL SERVICE (AFMS) MATOC FOR MEDICAL HEALTHCARE FACILITIES USAF ENGINEERING INFRASTRUCTURE REPAIR (EIR)

Type of document: Contract Notice
Country: United States

AIR FORCE MEDICAL SERVICE (AFMS) MATOC FOR MEDICAL HEALTHCARE FACILITIES USAF ENGINEERING INFRASTRUCTURE REPAIR (EIR)

Agency:
Department of the Army

Official Address:
Attn: CESWL-CT
PO Box 867 Little Rock AR 72203-0867

Zip Code:
72203-0867

Contact:
Nicole Anderson, Contracts, Phone 5013401261, Email nicole.a.anderson@usace.army.mil – Arthur J Brown, Contracting Officer, Email aj.brown@us.army.mil

Link:

Date Posted:
18/05/2018

Classification:
Z

Contract Description:

PRESOLICITATION NOTICE FOR AIR FORCE MEDICAL SERVICE (AFMS) MATOC FOR MEDICAL HEALTHCARE FACILITIES USAF ENGINEERING INFRASTRUCTURE REPAIR (EIR) MATOC Indefinite Delivery Indefinite Quantity (IDIQ) W9127S-18-R-6000

     The US Army Corps of Engineers, Little Rock District (CESWL), has been tasked to solicit for an award an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build Construction Renovation in support of the United States Air Force Medical Service (AFMSA) Healthcare Medical Facilities Modernization Program throughout the United States and its territories.

      The AFMS agency is responsible for the programming, planning, design, construction, and initial outfitting of new and renovated US Air Force medical treatment facilities. They are chartered with modernizing hospitals, clinics, medical office buildings, warehouses, veterinary clinics, and wellness centers. To meet these requirements, the AFMS agency requires a contracting vehicle that utilizes experienced firms who are able to rapidly respond to multiple requirements, meet constrained project schedules, and deliver a variety of construction and renovation projects.

       The purpose of this contract vehicle is to enable the Air Force to standardize execution, minimize acquisition lead times and costs, and work multiple building infrastructure restoration, repair and replacement projects concurrently in existing Air Force medical facilities, efficiently and complete these projects on schedule.  The Health Facilities Division of AFMSA provides sustainment, restoration, and modernization support to facility physical plant and infrastructure systems that are installed in Air Force medical treatment facilities worldwide. The physical plant is best defined as any and all major building system(s) that provide a safe, comfortable interior environment conducive to healing. Typically, there are three predominant infrastructure systems which comprise the facility physical plant: the Building Envelope, the Mechanical Infrastructure, and the Electrical Infrastructure.

        Building Envelope, Architectural and Structural Infrastructure Systems – various roofing systems (to include metal), exterior walls and surfaces (masonry, wood, EFIS (Exterior Insulation Finishing System), metal, etc.), building trim, gutters and soffit, windows, glazing, skylights, doors and storefronts, interior and exterior rated doors (to include fixtures and frames), building foundation, crawl space sub-structures/earth retaining walls, stairs, stoops, handrails, ramps, pathways and walkways, vapor barriers, surface sealing and waterproofing systems, roof mounted photovoltaic solar panels, anti-terrorism force protection features and other exterior building components.

       Mechanical Infrastructure Systems include all aspects of: (a) Heating Ventilation, Air Conditioning and Refrigeration – chilled water production systems (electric, absorption and mechanical), Direct Expansion (DX) refrigeration systems, steam and hot water production (boilers, geothermal, solar), heat exchangers, plate and frame free coolers, condenser cooling towers, tempered water distribution systems (pumps, valves, air bleed systems, water treatment systems), air distribution and exhaust systems (air handlers, fans, filters, louvers, variable air volume boxes, mixing boxes, desiccant wheels, energy wheels, etc.), chilled and hot water distribution systems (coils, piping, insulation, bleeding), building automation and space environmental (temperature, humidity, air purity and pressurization) controls (Direct Digital Control – DDC control systems, field control devices, actuators, sensing devices, programmable logic controls and software systems); (b) Plumbing Systems – pressured and non-pressured water systems (potable, non-potable, waste and process) which include water sterilization, potable hot water distribution and recirculation, cooled drinking water delivery systems, dire suppression distribution and sprinkler systems, gray water collection and distribution systems, sanitary waste systems, roof drains, collection tanks, sewage ejectors, fixtures, valves, pumps, controllers, strainers and other plumbing ancillaries; (c) Medical Gas and Vacuum Systems – production, distribution, control and waste elimination of volatile/non-volatile, medical gases, medical pressurized air for instruments, medical air vacuum systems, medical bio-hazardous and infectious air control, ventilation and exhaust systems, distributed breathing air systems to include the piping, valves, pumps, motors, compressors, filtration systems and other ancillaries required to complete the system.

     Electrical Infrastructure Systems include power generation systems, interior and exterior electrical distribution systems, lighting systems (to include control), fire detection and alarm systems, energy metering and control systems, main power protective grounding systems, emergency and exit lighting systems, lightening protection systems, uninterruptable power supplies and battery systems, power transformers, conduits, raceways and bus- ducts, special healthcare specific electrical systems.

      This solicitation is set-aside for 8(a) Small Businesses only. CESWL intends to award a target pool of five (5) contractors within the 8(a) Small Business category with a total estimated contract capacity of $240,000,000.00. The total contract capacity will not exceed $240 Million. The average size task order for FY2017 was $11.3 Million. The estimated minimum size of a task order is $100,000. The estimated maximum size of a task order is $12 Million. The Government reserves the right to exceed the stated maximum task order limitation.

     Capability or performance constraints include the ability of the firms to perform multiple task orders simultaneously. Historically, the program has awarded on average thirteen (13) or more task orders in a fiscal year. It is reasonable to expect contractors to be performing more than one simultaneous task order. The majority of the task orders will be awarded during the last two quarters of the fiscal year. In order to mitigate a constraint regarding the capability of the selected firms to perform multiple requirements simultaneously, the strategy includes the award a target pool of five (5) 8(a) small business contractors.

      The estimated duration for each MATOC award will be a Base Period of Five Years for a total of sixty (60) months. The Government reserves the right to award a contract for a lesser duration than stated herein if it is determined to be in the best interest of the Government.

     The proposed contracts will be competitive firm-fixed-price contracts procured in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-Off process. There will be no public bid opening. The Government will evaluate and select for contract award award a target pool of five (5) contractors, qualified Offerors whose proposals are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. Subsequent task orders will be awarded pursuant to FAR 16.505 – Ordering, and in accordance with the task order terms and conditions including the designated statement of work. In accordance with FAR 36.3, Two-Phase Design-Build Selection Procedures, a Two-Phase source selection process will be used to evaluate the Offerors for award.

      In Phase 1, interested firms or SBA approved 8(a) joint venture entities may submit certain specified performance proposals, demonstrating their capability to successfully execute the EIR contract resulting from this solicitation. The Government will evaluate the performance capability in accordance with the criteria described in the Phase 1 solicitation documents. Those offerors who are considered the most highly qualified during Phase 1 will be requested to submit the proposal requirements for Phase 2. Specific evaluation criteria will be provided in the solicitation documents.

     In Phase 2, the selected Offerors will submit certain specified technical design proposals for an initial task order and a price proposal. The Government will evaluate the Phase 2 proposals in accordance with the criteria described for Phase 2 in the solicitation documents, and award to the responsible Offerors, whose proposals conform to all the terms and conditions of the solicitation and whose proposals are determined to represent the overall best value to the Government.

      Offerors are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement.

      Solicitation will be issued as a Request for Proposal (RFP). This solicitation will be issued via FedBizOpps (www.fbo.gov). It is the Offeror’s sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. No paper copies will be provided. Notification of amendments shall be made via the website as well. It is therefore the contractor’s responsibility to check the FBO website daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance. A solicitation mailing list will not be compiled and amendments will not be sent out in paper copy. All contractors must be registered in the System for Award Management (SAM) website (www.sam.gov) to be eligible for award of a contract. Faxed offers and amendments will not be accepted. Estimated solicitation issue date is on or about 26 Jun 2018. Phase 1 Proposals are anticipated to be due on or about 27 Jul 2018.

      The North American Industry Classification System (NAICS) Code is 236220 – Commercial and Institutional Building Construction. The US Small Business Administration Size Standard is $36.5 Million.

      All questions or comments should be forwarded in writing by e-mail to Ms. Nicole A. Anderson, Contract Specialist, nicole.a.anderson@usace.army.mil and CESWL-Eir-Matoc@usace.army.mil with a copy to Mr. Arthur J. Brown, III, Contracting Officer at a.j.brown@usace.army.mil.

  

Response Date:
061818

Sol Number:
W9127S-18-R-6000

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy