The RFP Database
New business relationships start here

USARIEM BLDG 41 INITIAL OUTFITTING


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

COMBINED SYNOPSIS/SOLICITATION

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The simplified acquisition procedures of FAR Part 13 will be used in conjunction with commercial items procedures of FAR Part 12.


The Solicitation number is W9127S-18-R-6022. This solicitation is issued as a request for proposal (RFP).


Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 17, 2017.


This is a total set-aside for Service-Disabled Veteran-Owned Small Businesses only. NAICS code is 337127, size standard is 500 employees.


All proposals shall be submitted no later than August 20, by 2:00 PM central time.


Please contact the Contract Specialist, Vickey Polson, for all solicitation documents at vickey.j.polson@usace.army.mil. The Contracting Officer is Lakisha Vance at lakisha.d.vance@usace.army.mil.


 


 



STATEMENT OF WORK
STATEMENT OF WORK


INITIAL OUTFITTING OF
U.S. ARMY RESEARCH INSTITUTE OF ENVIRONMENTAL MEDICINE
BUILDING 42 ADDITION
U.S. ARMY NATICK SOLDIER SYSTEMS CENTER, MA


SECTION 1: OVERVIEW


1.1 Customer Overview
The U.S. Army Medical Research and Materiel Command (MRMC) is responsible for the programming, planning, design, construction and initial outfitting (IO) of United States Army Medical Research Facilities worldwide. To meet the IO requirements, MRMC requires a contracting vehicle that utilizes experienced companies, suppliers and vendors who are able to rapidly respond to multiple requirements, meet constrained project schedules, and provide a variety of commodities, products and IO services, from planning through warranty. The contracting vehicle, of which this Statement of Work (SOW) is a part, enables the Army to standardize execution, minimize acquisition lead-times and costs, work multiple projects concurrently and complete projects on schedule.


1.2 Project Description
Initial Outfitting and Transition (IO&T) project for the U.S. Army Research Institute of Environmental Medicine (USARIEM) at the Soldiers System Center in Natick, Massachusetts. The project will provide initial outfitting for a new addition to Building 42, an 8,400 SF newly constructed building, and transition out of Building 30 and some spaces within the existing Building 42. The facility will house an Occupational Health/Preventative Medicine and Industrial Hygiene Clinic, the Military Nutrition Research Division, and the Office of Military Medical Support and Oversight.


1.3 Project Schedule
At time of solicitation, the project schedule is as follows:


Event Anticipated Date
Construction Start 1 April 2018
BOD 1 Nov 2018
OFB 1 Dec 2018
IO Contract Completion 1 Mar 2019


1.4 Project-Specific Requirements
IO Contractor shall conduct site verification, 1 round of user meetings, 1 user review, and submit one IO Submittal. After government review and comments, the IO Contractor shall submit one IO Corrected Final Submittal. As part of IO Submittal, IO contractor shall develop a seismic anchoring plan for any piece of furniture or equipment over 300 lbs.


The IO Contractor shall have from BOD to OFB to provide turn-key site activation of the Building 42 Addition. The IO Contractor shall transition Occupational Health/Preventative Medicine and Industrial Hygiene Clinic, the Military Nutrition Research Division, and the Office of Military Medical Support and Oversight. The IO Contractor shall procure and install the new commodities in accordance with the Attachment 1-Bid Schedule, Attachment 2-Plans, and IO Corrected Final Submittal. Building 30 is directly across 5th Ave. from Building 42 and the Building 42 Addition.


Commodities in Building 30 shall either be transitioned or disposed. There are a few items in Building 42 that will be transitioned or disposed. All transitioned items will be moved into the Building 42 Addition. Please see Attachment 3-Reuse/Disposal List for transition/disposal specifications. After transition and disposal, Building 30 will be turned over to the base facilities manager. Wall and floor protection is required during transition and installation in all buildings.


IO Contractor shall inspect all items marked for either reuse or disposition. IO Contractor shall refine reuse and disposition lists based on serviceable condition of commodities and staff input. All items identified for reuse shall be moved from their current location into the Building 42 Addition at BOD. Please refer to Attachment 3-Reuse/Disposal List, for scope of transition.


For disposal information, please contact the DLA Disposition Services representative for Soldier's System Center Natick:
Donna Stok
(508) 233-5562


All items identified for disposal shall be coordinated with the on-site DLA Disposition Services office. The IO Contractor shall transfer all disposal items from USARIEM to the DLA Disposition Services warehouse located on Soldier's System Center Natick.


DLA Disposition Services allows turn in by appointment only. Property must packed for safe handling and be palletized for offload by forklift. 3 copies of DD1348-1A Disposal Turn in Document (DTID) must be attached to the corresponding item in packing envelopes prior to delivery. Unserviceable or broken furniture should be disposed of locally as refuse. Unserviceable items containing fluids need to be drained and purged and annotation reflecting this on turn in document. DD1348-1A turn in documents shall require POC and phone number to resolve any issues after turn in. If items do not have a valid NSN (national stock number), a LSN (local stock number) shall be used from a DLA DS master LSN list. Demil Codes, Condition Codes and acquisition value shall also be included on DD1348-1A. If any property has a Demil Code of C or D, it shall be brought to the DLA Disposition Services for shipment directly to the DLA Central Demil Center. Demil Code F shall have additional instructions from the item manager that must be complied with prior to turn in. Serviceable refrigerators will be accepted by DLA DS. If refrigerators are rejected by DLA DS, then it shall be turned in to the Base Recycle Center. Serviceable refrigerators must be clean, and turn in document annotated "Contains Refrigerant". Unserviceable refrigerators shall be turned in to the Base Recycling Center to be drained and recycled. Hazardous Material shall be turned in to the Environmental Office on station for disposal. DO NOT SHIP hazardous material to DLA DS. Computer hardware will be accepted by DLA DS. Hard drives shall be removed/degaussed prior to DLA DS turn in. DLA2500 Certificate of Hard Drive Disposition must be properly completed and attached to each computer, annotating whether hard drive was removed, degaussed or overwritten in accordance with DOD Memo. All fields must be filled in to include DTID (disposal turn in document) Number, Generator/Activity Name, POC, phone, email, rank and date of person removing hard drive. Any medical equipment that was in contact with patients requires a medical sanitation certificate attached to the turn in document stating: "I certify that the ________ has been cleaned and sanitized in accordance with DOD 4160.21-M, Vol 4 Para 95 c". If medical equipment is new and never been used, annotate in comments of turn in document.


1.5 Scope of Initial Outfitting
Initial Outfitting (IO) is any commodity-related planning, transition, procurement, installation, warranting, and activation required for outfitting a new or newly renovated facility. IO Commodities may include artwork, furniture, fixtures, equipment, casegoods, medical equipment, low voltage systems, signage and wayfinding. Development of IO requirements and IO integration into the project should be accomplished concurrently with construction activities.


1.5.1 Initial Outfitting-Transition (IO-T)
IO-T includes project management, planning services, space planning, transition planning, commodity requirements planning, public relations planning, relocation management, project phasing support, public relations support, validation of new and reuse commodities as well as disposal of commodities. IO-T includes taking inventory of all existing systems, identifying commodity requirements, conducting user interviews and developing requirements for all new commodities. Key deliverables for IO-T are IO Submittals. The IO-T process runs the entire span of the project and does not end until the contract is complete. IO-T takes place first, but continues throughout the period of performance of the contract as IO contract requirements evolve from changes within the scope of this contract.


1.5.2 Initial Outfitting - Commodities (IO-C)
IO-C includes the procurement of new commodities, delivery, warehousing/storage of new and reuse items, installation, excessing, disposal, certification, warranting, and familiarization training of all commodities planned during IO-T. IO-C also includes public relations materials and events, moving services, Operation and Maintenance (O&M) manuals, contractor supplied warehousing/storage, and public relations.


1.5.3 Validation of Commodities
Validation of Commodities includes the following:


a. Complete a thorough inventory of existing facilities and check inventory against new procurement list.
b. Check all existing commodities to ensure they are listed and accounted for in all inventory and subsequent project documents
c. Ensure all new and reuse commodities planned for the project meet operability, durability and DoD / MRMC facility safety requirements
d. Ensure all new and reuse commodities are included and accounted for in room by room and master equipment lists
e. Ensure all new and reuse commodities fit within allowable space in new facility, are supported by all necessary utilities to function in accordance with the manufacturer's specifications.
f. Ensure commodities meet all current codes, including Army and life safety requirements. (e.g., ensure correct power voltage, power cords, placement of cords, shielding, exhausts, venting, floor drains, air temperature, water volume and temperature are available for the commodity to operate properly).
g. Ensure commodities are properly located for optimal operation by Users.
h. Ensure commodities have all attachments and accessories necessary for proper operation. Commodities must be complete and usable prior to acceptance.
i. Ensure all commodities and reuse items can be delivered and installed in specified locations without damage to existing facility, new facility or commodities.
j. Ensure commodities fit through any doors, windows, elevators, stairwells, hallways and etc. as required for proper installation.
k. Show new and reuse commodities on drawings to scale.
l. Color code new and reuse commodities on drawings.
m. Ensure MRMC Project Officers and Users are partners in the FF&E review process.
n. Following validation of commodities, reuse commodities should be denoted as "reuse-Transition" or "reuse-DRMO".
o. The IO Contractor shall prepare all required equipment receipt forms per the direction of MRMC Project Officer. The IO Contractor shall also provide a detailed spreadsheet with a complete listing of all purchased commodities at final turnover. The spreadsheet will at the minimum include commodity product number, JSN number, room number and department.
p. The IO Contractor and User may make commodity selection recommendations, however, the final approval for procurement of new commodities and reuse of existing commodities resides with MRMC Project Officer and will be provided in writing.


SECTION 2: INITIAL OUTFITTING TASKS


2.1 Overview
The IO Contractor shall provide initial outfitting services and commodities for the IO-T and IO-C. The requirement for IO services, IO schedule dates and commodity purchase may change. The IO Contractor must have adequate personnel available to accommodate considerable planning throughout the period of performance, changes to the commodity list, changes to reuse plan, changes to the amount of required disposal and purchase of additional commodities identified throughout the IO-T process.


2.2 Site Verification
The IO Contractor shall conduct an initial site visit / verification within 14 days of contract award. At BOD, the IO Contractor shall perform site verification to ensure the spaces being turned over to IO Contractor are in accordance with the contract.


2.3 IO Submittal
The IO Contractor shall provide IO Submittal in accordance with the format detailed in SOW paragraph 2.10. This submittal shall be delivered to the Government in accordance with the date established on the IO Master Schedule.


2.4 Reserved


2.5 Reserved


2.6 IO Corrected Final Submittal
After the final IO Submittal, the Government shall have 14 days for review, then will submit comments and corrections to the IO Contractor. The IO Contractor shall have 7 days to make the necessary corrections; the IO Contractor will then submit the Corrected Final Submittal in accordance with the format detailed in SOW paragraph 2.10.


2.7 Initial Outfitting Changes
The Initial Outfitting process must be adaptable to changes throughout the period of performance. Changes may require the IO Contractor to resubmit all or part of Submittals, attend additional meetings or teleconferences, plan additional commodities and provide an updated change tracker. The commodities list may change throughout the period of performance of the contract through identification of additional commodities needed, changes to specifications and designs, supporting commodities needed to make other commodities functional and deletion of commodities. The IO Contractor shall include in their bid the personnel necessary to accomplish considerable re-planning efforts.


2.8 Initial Outfitting Commodities
The IO Contractor is responsible for procurement, delivery, warehousing, storage, installation, excessing, certification and warranting of all commodities planned during IO-T in accordance with Attachment 1-Bid Schedule. After acceptance, Army Facility Management Department and Biomedical Engineering Division will work with the IO Contractor on warranty-related issues. The commodities shall be warranted for not less than one year after acceptance, unless a longer warranty is specified. Documentation of warranties will be turned over to Army MTF Biomedical Engineering Division prior to the end of this contract and a copy of those warranties shall be provided via CD/DVD to the USACE contract specialist.


The IO Contractor shall bid commodities on Attachment 1-Bid Schedule, to meet the specifications listed in Attachment 4-Commodity Specifications. Thorough review of IO Contractor submitted cut sheets shall be conducted prior to award. All commodities shall be bid in accordance with FAR provision 52.211-6, Brand Name or Equal.


The order of precedence for commodity specifications is as follows:


1. Attachment 4-Commodity Specifications
2. Attachment 1-Bid Schedule
3. Statement of Work
4. Description of Joint Stock Number (JSN) in MIL-STD 1691
4. Attachment 2-Plans


2.9 Post Installation Cleanliness
The IO Contractor is responsible for returning the facility to same or better condition as it was prior to IO Vendor occupancy. The entire building must retain the same or higher level of space cleanliness, this includes but not limited to administrative spaces, clinical spaces, corridors, passageways, waiting areas, loading docks and restrooms. The IO Contractor will address any damages that occur to the facility (e.g., floors, walls, doors, elevators) as well as thoroughly clean and dry all areas prior to OFB.


2.10 IO Supporting Tasks
The following tasks and products either support the primary deliverables or otherwise further describe IO Contractor tasking:


2.10.1 Initial Outfitting Submittals
All IO Submittals shall include the following information:


1. Project Information
2. Table of Contents
3. Master IO Schedule
4. Project Design Analysis
a. Resource Protection
b. Communications
c. Furniture/Furnishings
d. Medical Equipment/Case goods
e. Artwork
f. Signage/Wayfinding
g. Change Tracker
5. Minutes, Briefings & Reports
a. Departmental User Interview Meetings
b. MTF Interview Meetings (BMET, Comm, Facility Management, etc).
c. Briefings
d. Reports (include Projnet reports from previous reviews)
6. Transition Planning
a. Transition Plan/Master Move Schedule
b. Storage/Warehousing Plan
c. Security Plan
d. Delivery/Installation Plan
e. Cleanup Plan
f. Training Schedule
g. Disposal/Excessing Plan
h. Testing/Certification/Inspections/Acceptance Plan
7. Comprehensive Interior Layout
a. CIL/Furniture & Furnishing Boards
b. SIL/Finish Boards
c. Signage/Way Finding Concept
8. Public Relations/Media Support
a. Flyers/Newsletters Key Milestones
b. Ribbon Cutting Plan
c. Public Postings - Relocation Efforts (template)
9. Master Room Contents (by room and by department)
a. Department / Room Move Schedule
b. Department / Room Relocation Schedule
c. De-install / Reinstall / Reconfiguration of existing product
d. Training Schedule
e. Room by Room Lists
(1) Lists shall indicate which items / systems are being relocated
(2) Lists shall indicate which rooms the items / systems are being moved from
(3) Lists shall indicate which rooms the items / systems are being moved into
f. Departmental Product Information
g. Manufacturer's Summary List
h. Cutsheets / Specifications
i. Roll-up of total quantities per JSN
j. List of JSN changes
k. Order Data Sheet (CAT C)
l. Departmental Drawings / Placement Plans
m. Placement Plans
(1) Show all reuse & new commodities
(2) Show all and color code all JSN's by Category on drawings (e.g., CAT A, CAT B, CAT C)


2.10.1.1 Additional Notes
a. All commodities shall be listed on the Room by Room list. This includes any commodity related to Resource Protection, Communications, Furniture/Furnishings, Medical Equipment/Case goods, Artwork, and Signage/Way finding.
b. The IO Submittals are for the planners and vendors/buyers as much as they are for the Government. Their importance, thoroughness, and timeliness cannot be emphasized enough. Inability to meet these requirements shall have a direct impact on implementation, funding and the project schedule. They are the source documents for identifying who is responsible for providing what commodities, utilities and requirements necessary to install equipment, systems, furniture, costs to procure critical items and identifies accessories and options to systems/equipment.
c. All public media support must be coordinated with MRMC / Natick Public Affairs Office
d. For all IO Submittals, two (2) hard copies shall be mailed to USACE Little Rock, two (2) hard copies shall be mailed to the project site, and one (1) shall be mailed to the Project Officer.


2.10.2 Initial Outfitting Master Schedule
An Initial Outfitting Master Schedule shall be developed by the IO Contractor based on the projected construction schedule and transition requirements provided by the General Contractor and MRMC. The Government shall approve IO Master Schedule changes. The IO Master Schedule shall:


a. Include pertinent construction dates, project milestones, and pertinent IO-T and IO-C activities throughout the project.
b. Be delivered to the Government within 10 days of Contract Award.
c. Be updated and delivered as part of every IO Submittal.
d. Be updated throughout the contract whenever changes arise.


2.10.3 IO Commodity Change Tracker
A Commodity Change Tracker shall be developed to document changes to the Commodity list. The Change Tracker format shall be agreed to after contract award. The IO Contractor shall deliver a Commodity Change Tracker with every submittal. Thereafter, a Change Tracker shall be submitted anytime there are requested changes to the Commodity List or as requested by MRMC Project Officer. The Commodity Change Tracker shall be submitted and approved in accordance with SOW paragraph 4.1, Change Management Protocol.


2.10.4 Initial Outfitting Project Management
The IO Contractor shall provide Initial Outfitting Project Management services for this project and a Project Manager (IO-PM) to execute these services. The IO Contractor shall provide Project Management services to include, but are not limited to, facilitating the project while controlling resources, staffing, time, cost, quality, scope and risk for each project. The IO-PM shall:

a. Oversee and guide project initiation, planning, execution, and closing of the project.
b. Ensure all deliverables are submitted per contract.
c. Be on site during all IO contractor led meetings, deliveries, installations and as needed.
d. Lead the work to complete detailed inventory of all existing services impacted by the moves or transition.
e. Lead and direct the activities for each meeting described in this SOW.
f. Maintain Quality Control for the IO project.
g. Ensure that all deliverables are provided in accordance with this scope of work.


2.10.5 Initial Outfitting Transition Planning
The IO Transition Planning services include inventorying existing commodities, developing a plan for new and reuse commodities and creating transition plans. The IO Contractor shall provide Initial Outfitting Transition Planning services in support of submittals and project execution, to include:


a. Develop the overall Transition Plan.
b. Develop an overall Master Schedule.
c. Develop conceptual advance planning.
d. Identify all occupancy milestones.
e. Develop detailed implementation plans and move sequencing, prepare and setup.
f. Compile a manual of detailed move plans for every location.
g. Create an orientation program to ensure staff and occupants are completely familiar with the new site.
h. Establish a relocation execution plan.
i. Develop a clinic services transition plan to incorporate patient notification, appointment rescheduling, signage and wayfinding.
j. Develop a lessons learned and post-move clean-up plan.


2.10.6 Initial Outfitting Space Planning
The IO Contractor shall provide the following Space Planning Services:


a. Develop departmental floor plans as reflected on 100% design submittal showing work flow of all categories of all IO Commodities.
b. Develop the reconfiguration requirements of existing product.
c. Plan and develop the requirements for all commodity cut sheets as outlined in Attachment 1, Bid Schedule, tab "Commodities List".
d. Coordinate and conduct departmental/user interviews, develop an existing inventory list, establish new requirements, and determine excess/disposition items.
e. Ensure the MRMC standards and specifications are met.
f. Ensure all commodity planning execution information is provided in each IO Submittal.
g. Coordinate all infrastructure/technical interfaces with the commodity vendors.
h. Show / reflect all deliverables developed by the IO Contractor on the drawings.
i. Provide a list of modifications to the USACE PM and MRMC Project Officer that may be required of the construction contract in order to accommodate all IO.
j. Develop a Comprehensive Interior Layout (CIL) based upon the information provided the Government.


NOTE: No comprehensive interior design (CID), drawings, or specifications are available beyond what is included in this solicitation package. The IO Contractor will take the items detailed in the commodity list as a starting point for planning. Additional detail may become available throughout the IO-T process to aid planning and validate.


2.10.7 Initial Outfitting Public Relations / Media Support
The IO Contractor is responsible for keeping all staff and public informed of the project beginning, progress and completion. The IO Contractor shall develop and provide a public relations and media support plan with all IO Submittals. During the IO-C phase, the IO Contractor shall provide all media, including but not limited to, newspaper, website, radio announcements, base newsletters, briefings for staff at key milestones for the project and public signs, flyers, posters and announcements in and around the medical facility.
The IO Contractor is responsible for ribbon cutting ceremony planning and the procurement of supplies necessary for these events.
All public postings and public relations plans shall be coordinated with the MRMC Project Officer, MRMC PAO and Natick PAO. Submittals will not be generic and must be for the intended project. IO Contractor will not create invitation list nor does contractor send out invitations.
IO Contractor will contact local Protocol Office for any special requirements for location or for VIP's. The extent of public outreach and media support for this project will be limited to the local area. Public outreach efforts must be employed to inform facility staff and base stakeholders of IO related changes within the health clinic.
Announcements and a ribbon cutting ceremony for the grand opening of the new facility shall be conducted and coordinated through the facility PAO.


The following shall be developed for each submittal during IO-T:
- Social media blasts (Face Book, Twitter, etc.)
- Informative newsletters
- Press releases / Base paper articles / E-newsletter Articles
- Posters / Temporary Way-finding
- Storyboards
- Invitations
- Ceremonial programs
- Ribbon Cutting ceremony script
- Ribbon Cutting ceremony equipment needed
- Alternate Plan for inclement weather
- Access letter for base
- Develop schedule for events


The IO Contractor shall plan, present and procure the following Public Affairs products to MRMC and facility for approval during IO-C:


- Social media blast: Quantity 3, timeline for distribution TBD in IO Master Schedule
- Information newsletters: Quantity 200, timeline for distribution TBD in IO Master Schedule
- Press releases: Quantity 2, timeline for distribution TBD in IO Master Schedule
- Base paper articles: Quantity 2, timeline for distribution TBD in IO Master Schedule
- E-newsletters: Quantity 1, timeline for distribution TBD in IO Master Schedule
- Posters: Quantity 20
- Temporary way finding: Quantity 20.
- Storyboards: Quantity 3.
- Ribbon Cutting ceremony programs: Quantity 200.
- Ribbon Cutting ceremony invitations: Quantity 200, paper and electronic.
- Equipment needed for ribbon cutting ceremony


Red Zone conference call will be conducted 90 days prior to Ribbon Cutting ceremony to ensure all items are procured.
IO Contractor will contact local Protocol Office for any special Ribbon Cutting ceremony requirements, including location and special considerations for VIP's and guests.
IO Contractor is not allowed to procure any food items, liquids, ceremony dedications or gifts.
IO Contractor will not create invitation list nor issue any invitations for the ceremony.


2.10.8 Initial Outfitting Low Voltage/IT
The IO Contractor shall provide a Low Voltage/IT Consultant for this project. The Low Voltage/IT Consultant shall:

a. Plan and develop the requirements for all IT and low voltage systems, including resource protection and communication systems, as identified in this SOW and commodity list.
b. Schedule and coordinate departmental/user interviews, develop an existing inventory list, establish new requirements, and determine excess/disposition items.
c. Ensure the Unified Facilities Criteria (UFC) and MRMC standards and specifications are met.


2.10.9 Initial Outfitting Biomedical Equipment Technician
The IO Contractor shall provide one (1) biomedical equipment technician (BMET) for the project. The BMET shall:


a. Perform operational checks, calibration, testing and safety checks for any newly procured or re-use equipment.
b. Provide medical equipment installation, repair and training services.
c. Administrative space will not be provided for the BMET to work.
d. Furnishings, tools and equipment for the BMET shall be provided by the IO Contractor.


2.10.10 Initial Outfitting Artwork
The IO Contractor shall not provide artwork services.


2.10.11 Initial Outfitting Signage/Wayfinding
The IO Contractor shall not provide signage/wayfinding services.


2.11 Initial Outfitting Quality Control
The IO Contractor shall develop and provide a Quality Control Plan (QCP) for this project. The QCP shall be submitted to the Government within 30 days of contract award. The Government will have 14 days to review and either accept the QCP or provide corrections and suggested changes back to the IO Contractor. The IO contractor will have 7 days to resubmit a corrected QCP. The QCP shall implement and document an effective quality control plan for the program in accordance with the contract terms and conditions. The IO Contractor shall be responsible to ensure both planning documents and construction documents are coordinated and that IO Commodities and room orientations/configuration plans are feasible with proposed equipment installations. The QCM shall identify and document all disconnects between the MRMC specifications and the Design of Record. The Government reserves the right to reject a submittal that is not quality controlled, coordinated or complete.


2.12 Meetings
The IO Contractor shall schedule and run meetings as necessary to support project execution.


2.12.1 Meeting Agendas
The IO-PM shall provide a draft meeting agenda and submit it to the Project Delivery Team (PDT) a minimum of 14 calendar days prior to a meeting date for which users are required to be present.
The IO PM shall coordinate feedback from the PDT, finalize the agenda and confirm attendance of key participants 10 calendar days prior to the meeting date. Agendas shall state objective, expectations, attendees/participants, dates, times, location of meeting and required information at time of meeting.


2.12.2 Meeting Minutes
The IO-PM shall provide Meeting Minutes to the PDT within two (2) business days following a meeting. Meeting minutes shall note PDT members present and non-present, as well as any other attendees, copy of the agenda, issues, action items and timeframes for resolution. All meeting minutes shall also be included in IO Submittal #1 and Corrected Final.
Weekly Progress Reports.
The IO-PM shall prepare and submit a Weekly Progress Report to the PDT. The Weekly Progress Report shall be submitted to the USACE PM one day prior to submitting the Weekly Progress Report to the entire PDT.


2.12.3 User Interviews/Meetings
The IO-PM shall arrange all user interviews in order to adequately complete the submittal requirements. The objective of the user interviews is to capture all known IO requirements related to the project. User interview meetings shall include:
a. Kickoff Meeting: This meeting is to establish the rules of engagement related to IO process, introduce key members of the PDT and provide an overview of the way forward. All members of the PDT shall be invited. This meeting will be conducted on site.
b. Standardization Meeting: Standardization meetings are required on site to support each IO Submittal. This meeting shall address all commodity standards required of the MRMC.


2.12.4 Department Meetings
The IO-PM shall arrange Department Meetings to support each IO Submittal. User interviews shall include IO Contractor and each department impacted by the project. These meetings shall address all commodities that will be moved or purchased for that department. During User Meetings, all MRMC HFPPO approved changes must be noted on a meeting document by the IO Contractor. This document shall be signed by the User department representative, MRMC HFPPO and the IO Contractor before the conclusion of each Department meeting.


2.12.5 Low Voltage Meetings
These meetings shall address all low voltage systems and include key personnel from the IO Contractor, Base Communications, Information Technology, Base Security, and key departmental representatives. The IO-PM shall obtain all commodity standards from MRMC prior to meeting with the users.


2.12.6 Interior Design Meetings
This meeting shall address all furniture, furnishings, and artwork. The intent of these meetings is to establish standardization, obtain corporate buy-in and set direction for the development of a Comprehensive Interior Design (CID) package. Key personnel from the IO Contractor, Facility Management, Logistics, and MRMC Health Facility Office shall be included as invitees to this meeting.


2.12.7 Transition Meetings
Transition meetings shall be held with all departments impacted by the move or phasing. The purpose of these meetings is to develop conceptual advance planning, identify all occupancy milestones, detail implementation plans and move sequencing, prepare and setup, compile a manual of detailed move plans for every location, create an orientation program to ensure that staff will be completely familiar with the new site, services and patient care systems, establish a relocation execution plan, and develop a lessons learned and post-move cleanup plan.


2.12.8 Review Meetings
The IO-PM shall arrange Review Meetings. These meetings shall be scheduled within ten (10) days of closing the review for each IO Submittal according to the IO Schedule. The government reserves the right for a 21-day review per submittal.


2.12.9 Weekly Progress Meetings
The IO-PM shall schedule weekly progress meetings with the PDT and the following personnel: USACE PM, MRMC HFPPO, MRMC Biomedical Maintenance Representative, Information Technology Rep, Facility Manager and other Army Medicine stakeholders as identified by the IO-PM or MRMC HFPPO. An agenda shall be provided to the PDT at least one (1) day in advance of the meeting. Additionally, and at most once a month, the IO-PM may be required to meet with MRMC and provide, at a minimum, status on the items below:


a. Review Meeting Minutes
b. Budget Issues
c. IO Schedule
d. Risk Report
e. Commodities
f. Artwork
g. Furniture/furnishings
h. Case goods
i. Medical equipment
j. Low voltage systems (communications, resource protection)
k. Logistics (procurement, delivery, installation and certification)
l. Status of Minutes/Briefings/Reports
m. Transition Planning
n. Comprehensive Interior Design revisions
o. Public Relations/Media Support
p. Master Room Contents


2.13 DOD Facility/Base Access
The IO Contractor shall ensure all IO staff will be able to meet all DOD base access requirements, including required training, paperwork and certifications. CAC Cards will not be issued for the purpose of base access.


2.14 Health Insurance Portability and Accountability Act Certification
The IO Contractor shall ensure all IO contractor personnel have Health Insurance Portability and Accountability Act (HIPAA) certification. Proof of HIPAA certification is required at time of award in order for IO Contractor personnel to complete paperwork to access Army Medicine Information Systems or to handle documents covered by HIPAA.


SECTION 3: INITIAL OUTFITTING PERSONNEL QUALIFICATIONS
3.1 Overview
The IO Contractor shall provide personnel who meet the experience and qualifications, discussed below, to complete duties associated with this SOW. The government reserves the right to accept or reject personnel identified for work under this contract.


If any person becomes unavailable for work under this contract (whether temporary or permanent), the IO Contractor shall immediately notify the Contracting Officer and replace the departing employee within three (3) days of departure notification with an employee of equal qualifications, subject to approval by the Contracting Officer and Customer. Replacement of a departing employee must include a minimum seven (7)-day transition period between the departing employee and the newly arriving employee to ensure a smooth, seamless transition, unless otherwise determined by the Contracting Officer and Customer. The dates of this transition period shall be made known to the government. The government shall incur no additional costs associated with the replacement and transition of IO Contractor employees. There shall be no delay in the project delivery schedule as a result of the IO Contractor changing any employees.


3.2 Project Manager
The Project Manager (PM) shall have a minimum of five (5) years of experience in healthcare initial outfitting, transition, and activation services and implementation. They shall be well-versed in healthcare infrastructure, operations, and/or practice and have direct experience in transition activities. The experience requirement may be satisfied with a combination of experiences in multiple functional areas.
They shall be proficient in DOD Criteria and demonstrate experience in managing services related to the:


1) development of comprehensive interior, equipment and system design and documents (including room layouts, room illustration sheets, project content lists, infrastructure interface, and technical specifications);
2) budgetary and procurement documentation; and
3) execution of the procurement, delivery, installation, and training related to FFE-LVS, artwork and signage.
The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.3 Transition Planner/Relocation Specialist
The Transition Planner/Relocation Specialist shall have three (3) years' experience in transition planning and relocation services on multi-phased healthcare projects to include, but not limited to: conceptual advance planning, identifying occupancy milestones, detailed implementation planning and move sequencing, preparation and setup, compiling documents of detailed move plans for each department impacted, creating an orientation program to ensure staff is completely familiar with the new site/location, services and patient care systems, relocation execution, lessons learned documentation and post-move cleanup.
The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.4 Medical Equipment Planner
The Medical Equipment Planner shall have a minimum five (5) years' experience in medical equipment planning and implementation. The Medical Equipment Planner shall demonstrate a solid understanding of healthcare operations and related medical equipment and systems, and be able to translate requirements into design/construction/installation documents.


They shall be proficient in DOD Criteria and demonstrate experience in:
1) preparing medical equipment design layouts and documents (including project room contents lists, infrastructure interface, and technical specifications);
2) budgetary and procurement documentation; and
3) in executing the procurement, delivery, installation, testing, certification, and training related to free standing & hard wired/plumbed/structurally supported equipment and systems.


The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.5 Interior Designer
The Interior Designer for this project shall have three (3) years' experience in a healthcare setting, to include ambulatory and occupancy settings. Interior Designer must hold either a National Council for Interior Design Qualification (NCIDQ) or American Academy of Healthcare Interior Designers (AAHID) certification. The Interior Designer shall demonstrate a solid understanding of healthcare operations and related furniture, fixtures, artwork, casework/case goods and signage, and be able to translate requirements into design/construction/installation documents.


They shall be proficient in DOD Criteria and demonstrate experience in:
1) preparing comprehensive interior designs (CID) and documents (including room layouts, room illustration sheets, project contents lists, infrastructure interface, and technical specifications);
2) budgetary and procurement documentation;
3) coordinating the CID with the Structural Interior Design (SID); and
4) have experience in executing the procurement, delivery, installation, and training related to furniture, fixtures, and casework/case goods.


They shall have a current working knowledge of:
1) Facilities Guidelines Institute (FGI), current edition;
2) Americans with Disabilities Act Accessibility Guidelines (ADAAG);
3) Architectural Barriers Act (ABA);
4) Health Insurance Portability and Accountability Act (HIPAA) ;
5) General Service Administration (GSA) Schedule;
6) "Best Practices" in the selection of interior finish materials, furniture, upholstery fabrics and fixtures for healthcare facilities;
7) Current infection control protocols with regards to interior finish selection for healthcare facilities.


The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.6 Low Voltage/IT Consultant
The IO Contractor shall provide the services of a Low Voltage/IT Consultant. This Consultant shall have a minimum of three (3) years of planning, procurement and installation experience related to low voltage and IT systems for a military medical facility. The CSE shall demonstrate a solid understanding of healthcare operations and related communication and electronic security equipment and systems (CES), and be able to translate requirements into design/construction/installation documents.


They shall have and demonstrate experience in:
1) preparing CES design layouts and documents (including project room contents lists, infrastructure interface, and technical specifications);
2) budgetary and procurement documentation; and
3) have experience in executing the procurement, delivery, installation, testing, certification, and training related to CES (aka LVS) and
4) executing DOD Cybersecurity mandates.


The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.7 Public Affairs Coordinator
The Public Affairs Coordinator shall have at least one (1) years' experience working in with DOD Public Affairs. The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.8 Biomedical Equipment Technician (BMET)
The BMET shall meet one or both of the following two educational/work experience requirements:


(a) Possess an Associate's Degree in Biomedical Equipment Technology or Engineering from a civilian accredited school of learning and an active Certified Biomedical Equipment Technician (CBET) certification issued by the Association for the Advancement of Medical Instrumentation (AAMI) Credentials Institute, and have demonstrated proof of full-time biomedical equipment maintenance employment for three of the last five years within a healthcare occupancy setting with an on-going practical maintenance experience for each end-type medical device being serviced herein/relative to awarded project.


(b) Possess a United States Military Biomedical Equipment Technician Training course completion certificate and DOD equivalent intermediate skill level rating and have demonstrated proof of full-time biomedical equipment maintenance employment for three of the last five years within a healthcare occupancy setting with an on-going practical working experience for each end-type medical device being serviced herein/relative to awarded project.


Biomedical Equipment Technician must have DMLSS data entry experience in the previous 3 years and qualified/able to obtain a DOD CAC card. The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.9 Quality Control (QC) Manager
The Quality Control Manager (IO-QCM) shall have at least five (5) years of experience in quality control and is knowledgeable in applicable trade's codes, criteria, standards, and guidelines for a military healthcare facility.


3.10 Signage Consultant
The IO Contractor shall provide the services of a Signage Consultant for this project, if this is required in the contract. The Sign Consultant shall have a minimum of two (2) years of planning and installation experience related to the following types of commodities:


a. Life Safety/Emergency Signage
b. Way Finding/Architectural Graphics
c. Room by Room Signage
d. Departmental Signage
e. Maintenance/Legacy Numbers
f. Restore large front entrance sign to match the recently restored smaller exterior sign


The Contractor shall provide project names, dates, and government point of contract information (name, organization, email address, and phone number) for verification of experience.


3.11 Equipment/Product Installers
All equipment installation for the project shall be accomplished by IO Contractor or installers who are provided by, approved by, or certified by the equipment manufacturer for installation of each specific equipment item.



SECTION 4 - ADMINISTRATIVE
4.1 Change Management Protocol
Change Management. The IO-PM shall oversee the IO Change Management process. The IO-PM will seek the approval from the Customer, and submit the approved Change Request to the USACE Project Manager. The USACE Project Manager will ensure that only the Contracting Officer directs changes to the contract.


The IO Contractor tracks changes on IO-Change Tracker with value of credit / add.


4.2 IO Contractor Project Manager Designation
The name of the IO Contractor's Project Manager and alternate(s), who shall act for the IO-PM when the IOPM is absent, shall be designated in writing to the Contracting Officer at the same time the PDT contacts are provided. The IO-PM or alternate(s) shall have full authority to act for the IO Contractor on all contract matters relating to daily operation of this contract.


4.3 Acceptance
Acceptance is defined as the Customer Project Officer or Contracting Officer's Representative signing the DD FORM 250 following the Customer's inspection of the installed and tested commodities. If the manufacturer's warranty is greater than one year, the manufacturer's warranty will override the one year warranty requirement.


4.4 Administrative oversight of the IO Contract will be led by the Contracting Officer and assisted by the USACE Program Manager, USACE Project Manager, and Contracting Officer's Representative.


4.5 Contractual Control: Contracting Officer and Contracting Officer Representative (COR).


4.6 Programmatic/Administrative Oversight: Customer, USACE Program Manager, USACE Project Manager, and Contracting Officer's Representative.


4.7 Operational Oversight: Customer.


4.8 Non Personal Services: The Government will neither supervise contract employees nor control the method by which the IO Contractor performs the required tasks. Under no circumstances shall the Government assign tasks to, or prepare work schedules for, individual contract employees. It shall be the responsibility of the IO Contractor to manage its employees and to guard against any actions that are of the nature of personal services, or give the perception of personal services. If the IO Contractor feels that any actions constitute, or are perceived to constitute personal services, it shall be the IO Contractor's responsibility to notify the Contracting Officer immediately. These services shall not be used to perform work of a policy/decision making or management nature, i.e., inherently Governmental functions. All decisions relative to programs supported by the IO Contractor shall be the sole responsibility of the Government.


4.9 IO Contractor Identification: All IO contractor personnel shall wear company picture identification badges so as to distinguish themselves from Government employees. When conversing with Government personnel during business meetings, over the telephone or via electronic mail, IO-Contract personnel shall identify themselves as such to avoid situations arising where sensitive topics might be better discussed solely between Government employees. IO-Contractor personnel shall identify themselves on any attendance sheet or any coordination documents they may review (electronic mail signature blocks) shall identify their company affiliation. Where acceptable, IO Contractor personnel may occupy co-located space with their Government program. IO-Contractor should identify their work space area with their name and company affiliation or as a minimum "Contractor" after name.


4.10 The IO-PM shall ensure all contractor PDT members must have their own individual Dr. Checks/Projnet account set up prior to the first IO Submittal.


4.11 Hours of Operation: Office will typically be open from 0700 to 1600 (local project time) Monday through Friday. Weekly hours shall not exceed a forty (40) hour work week. Exceptions include transition/move periods to make ready for occupancy and/or open for business. The Government reserves the right to change hours of operation or restrict contractor access. Government agencies will not be available during scheduled holidays, possibly during inclement weather (IO Contractor will verify inclement weather days), weekends, after duty hours, or DOD down days. Scheduled holidays include: New Year's Day; Dr. Martin Luther King, Jr. Birthday; President's Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veteran's Day; Thanksgiving Day; and Christmas Day.


4.12 Security: The IO Contractor shall observe and comply with all security provisions in effect at the Base and MTF and any other Government facility visited in performance of this SOW. The Contractor shall be responsible for all work permits and clearances. The IO Contractor shall notify the appropriate Servicing Security Activity (SSA) 10 days before on base performance of the contract. The IO Contractor will be provided the addresses of the appropriate SSAs. The SSA will advise the IO Contractor concerning any required permits and clearances required to perform. See Supplemental, C. Base Access Requirements.


4.13 Traffic Laws: The IO Contractor and its employees shall comply with base traffic regulations while operating on DOD facilities.


4.14 Physical Security: The IO Contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured.


4.15 Government Furnished: No Government Furnished Property will be provided other than items which require installation by the IO Contractor. Administrative space will NOT be provided for the IO-PM to work. All electronic equipment to support his/her job shall be provided by the IO Contractor unless otherwise approved by the MTF.


4.16 Safety: IO Contractor will abide by all OSHA standards while performing work for the Government.


4.17 System Access and Security/Equipment


4.18 Common Access Cards (CAC) may be approved for contractor personnel who need access to DOD IT systems.


4.19 For any equipment that connects to the DOD medical system and has a cost of $25,000 or more, the IO Contractor shall submit information about the equipment to the MTF first and obtain approval before connecting this equipment to the DOD network/system.


4.20 Contract Line Items (CLINs) for IO Services shall be incrementally invoiced on a monthly basis after performance. CLINs for IO Commodities shall be invoiced after acceptance via DD Form 250 Material Inspection and Receiving Report.


4.21 Definitions
The Project Delivery Team (PDT): Comprised of members directly involved in the execution of this SOW and is listed in the attached PDT list. The PDT list also serves as the submittal distribution list. Roles and responsibilities are listed below. Individuals that are part of the construction process that precede the IO process are listed for information only.


Design/Builder: The Prime Construction Contractor or General Contractor (GC) Responsible for design and/or construction of new facility or newly renovated facility.


Program Manager (USACE): Responsible for work acceptance, establishing the PDT, setting expectations for the acquisition, strategic communication, and customer relations.


Project Manager (USACE): Primary point of contact for the Customer. Responsible for leading PDT. Manages cost, schedule, and performance of the contract awardee. Manages schedule and performance of PDT.


Project Coordinator (USACE): Individual responsible for coordinating project activities and resources.


Quality Assurance (USACE): The individual responsible for ensuring all contract requirements are being met by the Planner/Builder.


Contracting Officer (USACE): The person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings with the IO Contractor. Any modifications must be submitted to the Contracting Officer Representative (COR) for technical approval and design clarification, and must be authorized by the Contracting Officer. The Contracting officer is the only person authorized to authorize contractual obligations on behalf of the Government.


Health Facilities Project & Planning Officer (HFPPO): The DOD medical-functional expert representing the service on a given Contract.

Vendors: Any company responsible for providing good and services.


Contracting Officer Representative (COR): Advisor to the Contracting Officer on technical aspects of the project. Individual appointed by the Contracting Officer to assist in the monitoring and administration of the contract.


CUSTOMER: The organization that is charge of the project for which USACE is the Agent. Often referred to as the User, but User may be more specific to the Medical Treatment Facility (MTF).


4.22 References, Codes, Criteria, and Standards
All work under the SOW shall be performed in accordance with the attached references. It shall be conducted in strict accordance with the contract and all applicable federal, state, and local laws and codes, as well as stated military regulations, codes, and directives (whichever is the most stringent). The attached References list examples of codes, criteria and standards that shall apply. When a code is not listed, it does not under any circumstances exempt the IO Contractor to follow law or code. All codes and standard requirements shall be based on the latest edition of codes applicable at the time the project starts. Any pertinent civilian, service-specific instructions, civilian and DOD standards, applicable legislation regulating coding practices and/or service-specific Directives, and HIPAA shall be adhered to. This project shall be designed in accordance with the requirements of the Architectural Barriers Act forDOD Facilities.


The IO Contractor shall ensure that the project plan is evaluated for code and criteria in compliance with all applicable local, state and federal laws and regulations including those governing air quality, water quality, solid and hazardous waste, etc. The IO Contractor shall note that there are specific criteria for laboratory and/or Animal Research Facility Projects. The IO Contractor shall be responsible for identifying all permits (utility connections, tap-ins, meters, etc.) and fees relating to these permits. All costs relating to permits shall be identified in the Current Working Estimates for the project. Any codes or standards referenced that maintain to construction or work outside of the scope of this contract is shown for information purposes only. Reference Unified Facilities Criteria 4-510-01 (16 Oct 03), "Design: Medical Military Facilities", Glossary of Terms, Abbreviations, and Acronyms.


4.23 Acronyms
ADA: Americans with Disabilities Act/Architectural Barrier Act
ADAAG - Americans with Disabilities Act Accessibility Guidelines
AIA - American Institute of Architecture
ANSI: American National Standards Institute
AVNC: Audio Visual Nurse Call System
BMET Biomedical Equipment Technician
BOD: Beneficial Occupancy Date -
BOM: Bill of Materials
BVD: Best Value Determination
CA: Contract Administrator
CCTV: Closed Circuit Television
CES: Civil Engineering Squadron
CFCI: Certified Floor Covering Installer
CID: Comprehensive Interior Design
CIDA - Council for Interior Design Accreditation
CLIN: Contract Line Item Number
CO: Contracting Officer
COMM: Communications
COR: Contracting Officer Representative
CSE: Communications Systems Engineering
DA: Design Analysis
DCOS: Deputy Chief of Staff
DFA: Director for Administration
DMLSS: Defense Medical Logistics Support System
DOD: Department of Defense
DOR: Design of Record
ECD: Estimated Completion Date
EO: Executive Order
EPA: Environmental Protection Agency
ETTV: Entertainment and Training Television
FAR: Federal Acquisition Regulation
FFE: Furnishings, Fixtures and Equipment
FFP: Firm Fixed Price
FM: Facility Manager
GC: General Contractor (the "construction" contractor)
GSA: General Services Administration
HFD: Health Facilities Division
HFPPO: Health Facility Planning and Project Officer
IAW: In Accordance With
IDS: Intrusion Detection System
I/O: Initial outfitting
I/O - T: Initial Outfitting Transition
I/O-C: Initial Outfitting Commodities
I&L (M4): Installation and Logistics Code M4
I/OD: Initial Outfitting Directorate
ISS: Infant Security System
JSN: Joint Schedule Number
LAN: Local Area Network
LEED: Leadership in Environmental Excellence
Low Voltage: Resource protection, Communications
MATOC: Multiple Award Task Order Contract
MEL: Master Equipment List
MSDS: Material Safety Data Sheet
MLFC: Military Logistics Flight Com
MSDS: Material Safety Data Sheet
MTF - Military Treatment Facility
NAC: National Agency Check
NAVFAC: Naval Facilities Engineering Command
NEC: National Electric Code
NFPA: National Fire Protection Association
NSN: National Stock Number
OFB: Open For Business Date - The day the user starts seeing patients.
OIC: Officer in Charge
OP: Other Procured - Items which cost in excess of $250,000 and are procured by others, not procured by the Initial Outfitting Contractor
OSHA: Occupational Safety and Health Administration
PA: Public Address System
PBSOW: Performance-Based Statement of Work
PDS: Prewired Distribution System
PDT: Project Delivery Team
PHFO: Project Health Facilities Officer
PM: Project Manager
PMP: Project Management Plan
QASP: Quality Assurance Surveillance Plan
QAP: Quality Assurance Personnel
QC: Quality Control
QCP: Quality Control Plan
RCRA: Resource Construction Recovery Act
Resource Protection: Security systems
RFP: Request for Proposal
SFS: Security Forces Squadron
SID: Structural interior design
SIN: Special Item Number
SOW: Statement of Work
SRM: Sustainment, Restoration, Modernization
TO: Task Order
TVNC: Tone Visual Nurse Call System
UCR: User Change Request
UFAS: Uniform Federal Accessibility Standards
UFC: Unified Facilities Criteria
USACE: U.S. Army Corps of Engineers
User: Personnel who will be using the IO-C items, services, etc. provided by IO-C Contractor



4.24 Attachments
Attachment 1 - Bid Schedule
Attachment 2 - Past Performance Questionnaire (PPQ)
Attachment 3 - Reuse/Disposal List
Attachment 4 - Commodity Specifications
Attachment 5 - Exterior Photos of Building 30
Attachment 6 - Plans


 



CPARS
Notice of Evaluation in Contractor Performance Assessment Reporting System
The contract awardee shall be subject to Contractor Performance Reporting System (CPARS) evaluations.



INSTRUCTIONS
ADDENDUM to FAR 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS


1. Submission of Offers. Submit signed and dated offer at or before the exact time specified in this solicitation. Failure to provide all required documents or information may exclude the offeror(s) from further consideration. Both the electronic copy and paper/hard copy offer will be accepted at the address identified below. Only signed offers submitted on the SF 1449 will be accepted. Emailed and faxed proposals will not be considered.


Submit proposals to:
USACE, LITTLE ROCK (W9127S)
CONTRACTING DIVISION
ATTN: VICKEY POLSON
700 W. CAPITOL AVENUE, RM 7315
LITTLE ROCK AR 72201-3225


The Packaging:
The Proposals shall be marked:
"Proposals for Solicitation Number: W9127S-18-R-6022, U.S. Army Natick Soldier Systems Center, MA. "DO NOT OPEN"


a. Offers should be mailed through a commercial/Government carrier or hand carried.


b. This is an electronic solicitation release. No hard copies will be mailed. Amendments to the solicitation will be posted through the Federal Business Opportunities www.fbo.gov website. Solicitation packages will be emailed or uploaded to AMRDEC for the contractor to retrieve. It is the responsibility of each Offeror to review the webpage for notice of amendments, updates, or changes to current information.


c. Due to file size, all interested offerors must contact Ms. Vickey Polson for access to all solicitation attachments at vickey.j.polson@usace.army.mil. All offerors shall include the following information with request:


• Company Name
• Employee Name
• Email Address
• Telephone Number


d. Questions and/or comments relative to these documents should be submitted via e-mail to the Contract Specialist who is the primary point of contact Ms. Vickey Polson at vickey.j.polson@usace.army.mil or the Contracting Officer, Ms. Lakisha Vance at lakisha.d.vance@usace.army.mil.


e. Technical inquiries and questions relating to proposal procedures are to be submitted via ProjNet at http://www.projnet.org/projnet . To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page identified above please use the following directions:


Click BID tab select Bidder Inquiry, select agency USACE; enter Key for this solicitation listed below, and your e-mail address, click login.


Fill in all required information and click create user. Verify that information on next screen is correct and click continue.


From this page you may view all proposal inquiries or add inquiry


Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.


The Solicitation Number is: W9127S-18-R-6022
The Bidder Inquiry Key is: 95Z4VE-8S5WZ2
The Review will be open from July 23, 2018 through August 10, 2018.


Offerors are requested to review the solicitation in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.


Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals


Oral explanations or instructions are not binding. Any information given to an offeror which impacts the solicitation and/or offer will be given in the form of a written amendment to the solicitation.


As this is a competitive negotiation acquisition, there is no public bid opening and no information will be given out as to the number of Offerors or th

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP