The RFP Database
New business relationships start here

Post Construction Award Services (PCAS), P114, Set 2, Medical Addition/Alteration, WRNMMC, NSA Bethesda, MD


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

 
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NOT A SOLICITATION AVAILABLE AT THIS TIME.



This is a Sources Sought Notice and is for informational/market research purposes only. The Naval Facilities Engineering Command, Washington, DC requests capability statements from all qualified and interested parties for a potential single contract to provide Post Construction Award Services (PCAS) for P114, Set 2, Medical Addition/Alteration at the Walter Reed National Military Medical Center, NSA Bethesda, Maryland.



The applicable NAICS code for this procurement is 541330 and the standard size is $15M. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The Government will not pay for any material provided in response to this market survey nor return the data provided.

 

The requirement will consist of providing professional quality, technical accuracy, and complete coordination of all design and related services for construction in support of Walter Reed National Military Medical Center Addition/Alteration, P114, Set #2, a new addition for in-patient and out-patient medical care (approximately 575,000 GSF), renovation of two (2) existing hospital buildings (approximately 125,000 GSF), and demolition of six (6) existing hospital buildings (approximately 330,000 GSF) at NSA Bethesda, MD.  Construction will require provision of information systems, ATFP measures, and appropriate setbacks for natural light. Supporting facilities include utilities, paving, site improvements, special foundations, and environmental mitigation. The project will be constructed in accordance with UFC 4-510-01, DoD Minimum Antiterrorism Standards for Buildings, UFC 4-010-01, Section 1-8.7, Barrier Free Design in accordance with DoD criteria and DEPSECDEF Memorandum "Access for People with Disabilities" dated 31 October 2008, evidence based design principles, MHS World Class Checklist Requirements, and High Performance and Sustainable Building Requirements, UFC 1-200-02.

 

Responses shall address, as a minimum, the following:

 

1. Company name, address, phone number and point of contact.

 

2. Company's System for Award Management (SAM) Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) Firm, Certified 8(a) Firm, Certified Historically Underutilized Business Zone (HubZone) Firm or Service-Disabled Veteran-Owned Small Business (SDVOSB) Firm.  Companys must be registered in SAM.  Please see www.sam.gov.

 

3. Indicate the primary nature of your business.

 

4. Provide examples of requirements demonstrating your firm's experience in the following areas:

1. Review of Shop Drawings and Submittals prepared by the General Construction Contractor for conformance with the construction contract requirements.


2. Site visits during construction for meeting attendance, observation of construction work in progress, evaluation of quality control mock-ups and observation of factory acceptance testing


3. Answering of Requests for Information (RFIs) submitted by the General Construction Contractor.


4. Technical assistance services that will provide technical support activities during the construction phase. This support includes informal and formal consultation in-person, by phone, teleconference, or video conferencing during technical meetings and discussions with the government team and the General Construction Contractor's representatives.


5. On-Site Representation that will provide on-site staff to perform the above requirements in support of the construction contract.


6. Extended BIM Support to assist in the development the record BIM model

The submission should also demonstrate the firms' past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules, and should identify the firm's geographic location.

It is requested that interested firms submit to the contracting office a brief capabilities package (no more than 10 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services.

Submissions will be shared with the Government and the project team, but otherwise will be held in strict confidence.

Responses to this Sources Sought shall be submitted electronically to Lindsay.naill@navy.mil no later than 2:00 p.m. eastern standard time 28 October 2019.


Lindsay M. Brown, Contracting Officer, Phone 2026853192, Email lindsay.naill@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP