The RFP Database
New business relationships start here

FLW Replacemnt Hospital, Fort Leonard Wood, Missouri


Missouri, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

                      ***FOR TODAY'S WEBINAR***
                                      10/18/17
                              Security Code:  1234


The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 236220, Commercial and Institutional Building Construction. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice.

It is anticipated that a solicitation announcement will be published in the Federal Business Opportunities in the fall of 2017. The estimated magnitude of this project is over $175,000,000 with an estimated construction duration of 3 years.


The U.S. Army Corps of Engineers, Kansas City District seeks qualified Design Build Offerors interested and capable of providing design and construction services to support the replacement of the existing General Leonard Wood Army Community Hospital (GLWACH) located at Fort Leonard Wood, Missouri. The approved project site is located in the Main Post Cantonment Area of Fort Leonard Wood. Site boundaries are defined by First Street to the North, Nebraska Avenue to the West, an existing Warrior in Transition (WIT) complex to the south, and Illinois Avenue to the West.


The GLWACH facilities will be replaced as two separate, stand-alone projects (Hospital Replacement, Phases One and Two). Phase One, the subject of this sources sought, will construct a new Hospital (256,397 SF), Ambulance Garage, Central Utility Plant (CUP), Helipad, and provide a Generator, Primary Utility Infrastructure, and rough grading for the entire project site. A second, future phase is intended to provide outpatient health facilities, to include a Health Clinic, Optical Fabrication Laboratory, CUP Addition, and Supporting Facilities. The second phase will also include demolition and redevelopment of the old hospital site. The execution year of the second phase is currently unknown.


The Hospital Replacement, Phase One project is required to provide modern hospital facilities offering state-of-the-art inpatient care to the Ft. Leonard Wood beneficiary population. The first phase provides the following departments: Chapel, Logistics, Food Services, Pharmacy (Inpatient) Pathology and Clinical Laboratory, Radiology, Nuclear Medicine, Sterile Processing, Surgical Intervention Services, Inpatient Behavioral Health, Labor & Delivery/ Obstetrics Unit, Multi-Service Inpatient Unit, Emergency and Ambulance Services, Information Management, Health Benefits and Patient Administration, General Administration, and Common Areas.


A Small Business Set-Aside contract is being considered for site improvements including replacement of an existing Helipad; road construction and parking lot paving; curbs and gutters; sidewalks; landscaping; storm drainage; and site lighting and fire protection infrastructure. These site improvements will be fully designed by others. However, the other design team will utilize as the basis of its design a Site Development Plan prepared by the successful Design Build Offeror. The Offeror's site development plan will address all site improvements identified in the RFP technical documents, and will include:


1. access to the existing Helipad until it is replaced
2. primary facility locations (Hospital, Ambulance Garage, CUP, and Generator)
3. design-builder storage/staging area, trailer locations, and site access
4. establishment of a reasonable boundary between its work site and that of the Small Business Set-Aside Contractor


The Design Build Offeror will be provided latitude in satisfying requirements 1-4 above. We anticipate that the Small Business Set-Aside construction contract would commence in early 2020, and have a duration of one year.


The Kansas City District is soliciting feedback from industry as part of our market research efforts associated with this acquisition and is considering various acquisition strategies to deliver this project and requests input from industry. The following information is requested in this Sources Sought (SS) announcement with a limit of ten (10) pages for your response:


1. Organization name, address, email address, website address, telephone number, and business size (small or large) and type of ownership for the organization; include DUNS number and CAGE code.


2. Firm's interest in providing a proposal on the pending solicitation once issued.


3. Experience: Evidence of capabilities to perform work comparable to that required for this project (e.g. management of construction for a Hospital or Medical Center). Provide three recent relevant/comparable projects (not more than ten years old). Include the project name; dollar value of the project; description of the key/salient features of the project; identify the contracting office & the customer/user (include POC information); and identify/discuss the acquisition method (e.g., sealed bid, best value), contract type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets [FPIS], and delivery method (e.g., Guaranteed Maximum Price [GMP], Design-Bid-Build, Design-Build, Early Contractor Involvement [ECI], Construction Manager as Constructor [CMc], etc.). Responses should address the firm's capability to construct a hospital or medical center facility and the challenges associated with large, complex medical facilities.


4. As indicated above, this project will be delivered utilizing the Design-Build delivery method. For projects delivered with Design-Build, identify the relative advantages and disadvantages, from the contractor's and the owner's perspective, of utilizing performance (nominal design) RFP requirements for the representative project. Additionally, identify the relative advantages and disadvantages, from the contractor's and the owner's perspective, of utilizing prescriptive (partial/bridging) RFP requirements for the representative project


5. Address your firm's interest and ability to provide follow-on Initial Outfitting and Transfer (IO&T) of the constructed facility. Identify advantages and disadvantages from the contractor's and the owner's perspective that would result from inclusion of IO&T services in the Design-Build RFP.


6. Provide your firm's assessment of the Small Business Set-Aside strategy identified above and offer suggestions regarding how the strategy can be improved.


7. Identify if, based upon the scope of this project, you would form a joint venture to execute this work. Provide Joint Venture information, if applicable including DUNS number and CAGE code.


8. Address the firm's plan to include small business participation to the maximum extent practicable.


9. Provide your firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars) via a letter from bonding company. Include any concerns associated with providing performance and payment bond for the projected contract value identified.


Interested firms are also invited to participate in a Webinar regarding the Hospital Replacement, Phase One project, scheduled on 26 June 2017, 10:00-11:00 a.m. Central Daylight Time (CDT). The Program Manager will discuss the project requirements and facilitate a question and answer session. Request that you RSVP your intent to participate in the Webinar no later 12:00 p.m. CDT, 23 June 2017. RSVPs should include the firm/joint venture name, indicate whether interest is as a prime or subcontractor, name(s) of those participating and their position or title, telephone numbers, and email addresses. RSVPs should be directed to Carmen.e.hopkins@usace.army.mil. Webinar login information will provided to all who respond not later than 4:00 p.m. CDT, 23 June 2017.


Please send your Sources Sought responses via email to Carmen.e.hopkins@usace.army.mil. Submissions should be received by 12:00 p.m. CDT, 30 June 2017.


This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.


 


Carmen E. Hopkins, Contract Specialist, Phone 8163893264, Email carmen.e.hopkins@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP