The RFP Database
New business relationships start here

Walter Reed National Military Medical Center Initial Outfitting Project


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

This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this is to gain knowledge of potential qualified sources and their size relative to NAICS 337127, Standard Size 500 employees. Responses will be used by the Government to make appropriate acquisition decisions. Responses are not considered responses to any potential solicitation announcement.

Proposed project will be a competitive, firm-fixed price, commercial supply contract procured in accordance with FAR 12 and FAR 15.


All small business types including: SDVOSB, VOSB, WOSB, Section (8), and HUBZone are highly encouraged to participate. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis.


The U.S. Army Corps of Engineers (USACE), Little Rock District is seeking information for a requirement for the initial outfitting (IO) in support of the Medical Center Addition/Alteration (MCAA) project at Walter Reed National Military Medical Center (WRNMMC) in Bethesda, MD.

The anticipated contract period of performance will be five years.


The estimated price range for this project: $100 Million - $150 Million


This project will require extensive transition planning and services as WRNMMC continues patient care throughout the renovation. The Government is seeking qualified, experienced sources capable of performing a requirement of this magnitude and complexity.


Prior Government contract work is not required for submitting a response under this sources sought synopsis.


DoD Medical facilities components are categorized as Primary, Secondary, or Tertiary systems. Primary systems include site, structure, and envelope; these are intended to endure 50-100 years with minimal changes. Secondary systems include interior walls, ceilings, floors, distribution systems, and others intended to last 15-50 years. Secondary systems are often replaced in part or whole during a building's lifespan. Tertiary systems are highly changeable and include Furniture, Fixtures, and Equipment (FF&E).

The scope of this IO project will include all Tertiary systems, and also some Secondary systems, necessary to outfit and activate a Defense Health Program (DHP)-funded project. Initial Outfitting and Transition includes supplying commodities such as furniture, fixtures, medical equipment, and communications, security, and controls systems. Initial Outfitting and Transition also includes incidental services such as design, validation, warehousing/storage, delivery, installation, testing, facility orientation, relocation of property, training, excessing, final cleaning, certification of these FF&E and communications, security, and controls systems for new or newly renovated facilities. IO&T Tertiary systems and/or select Secondary systems are funded with Operations and Maintenance (O&M) funding or Other Procurement (OP) funding.


Scope of Work


Scope of Work includes, but is not limited to,
Initial Outfitting - Transition (IO-T) activities:
• Project Management,
• Taking inventory of all existing systems and commodities, conducting user interviews
• Validating commodities and planning services (new commodities, reuse commodities, and disposal commodities)
• Managing the phasing and transition activities, relocation, space planning and public relations planning.


Initial Outfitting - Commodities (IO-C) activities:
• Ordering, purchasing, delivering, installing, certifying, training and warranting all commodities identified in the IO-T process as well as public relations materials and events.
• Commodities include, but are not limited to, furniture/furnishings, casegoods, medical equipment and low voltage systems, such as resource protection and communications
• Other IO-C deliverables include moving services, Operation and Maintenance (O&M) manuals, contractor supplied warehousing/storage, and public relations.


All interested firms shall provide the following information: company name, address, point of contact, phone number, email address, capability statement, business size pursuant to the NAICS Code 337127, Standard Size 500 employees, and existing Joint Ventures, including Mentor Protégés and teaming agreement information is acceptable.


Responses shall include a brief description of the top three recent and relevant contracts of comparable work performed within the past five years. The narrative shall include: the project, customer name, timeliness of performance, dollar value of contract, and customer satisfaction.  Please limit all responses to five pages.


Responses to this notice shall be e-mailed to timothy.a.pighee@usace.army.mil. Telephone responses will not be accepted. Responses must be received in writing no later than Wednesday, May 31, 2017, at 12:00pm central time. This notice is to assist the USACE in determining sources only.


A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.


Timothy Pighee, Phone 5013401270, Email Timothy.A.Pighee@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP