Inactive
Notice ID:W912EF20RSS25
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....
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. Potential Contract Information: USACE, Walla Walla 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 Walla Walla District is particularly interested in receiving capability statements from businesses located in and around the Boise Metropolitan Area and the Western U.S. (Idaho, Washington, Oregon, California, Utah, Arizona, Wyoming, Montana, Colorado, and New Mexico). 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 sections). Buildings and facilities will ideally be located within 5 miles of the following sample hospitals: St. Luke’s Wood River Medical Center, Treasure Valley Hospital, St. Luke’s Meridian Medical Center, Saint Alphonsus Regional Medical Center, St. Luke’s Boise Medical Center, Portneuf Medical Center, Gritman Medical Center, St. Luke’s Magic Valley Medical Center. Note that locations and restrictions are subject to change based on mission requirements. Project Description: Potential work to be contemplated in the projects include, but is not limited to, the following: Removing any 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 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 an aggressive 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 please contact the Walla Walla District Deputy for Small Business, James Glynn at 509-527-7434 James.R.Glynn@usace.army.mil. Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) Subject: US Army Corps of Engineers, Walla Walla District (CENWW) Potential Retrofit of Pre-existing Buildings and Facilities for Increased Medical Capacity - COVID-19. Please send to Ruthann Haider, Contracting Officer, at Ruthann.Haider@usace.army.mil and Hillary Morgan, Contract Specialist, at Hillary.A.Morgan@usace.army.mil as soon as possible but not later than 5:00 PM local time on 26 March 2020. A firm’s response to this Sources Sought shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract and aggregate bonding capacity. Discussion of firm’s ability to mobilize within 2-3 calendar days of contract award to begin work and ability 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. Please DO NOT include Personally Identifiable Information in the capabilities statement. Discussion of firm’s ability to meet acceptable accounting system criteria as outlined in DFARS clause 252.242-7006, Accounting System Administration (FEB 2012). Firm's small business category and Business Size: Small Business (SB), Small Disadvantaged (SDB), including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. 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. 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 beta.SAM.gov, however, responses to this notice will not be considered adequate responses to a solicitation.