Proposed project will be a competitive, firm-fixed price, commercial supply contract procured in accordance with FAR 12 and FAR 13.
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.
All contractors are encouraged to respond to this sources sought.
The U.S. Army Corps of Engineers (USACE), Little Rock District is seeking information for a requirement for the initial outfitting (IO) of the Naval Medical Research Unit No.3 (NAMRU - 3) Administration Building Renovation/Addition located at Naval Air Station (NAS) - Sigonella in Sigonella, Italy.
The requirement is for commodities and services required to validate, outfit, transition, and activate the (NAMRU - 3) Administration Building at NAS - Sigonella. This research facility is currently under construction to repair/renew approximately 10,328 gross sq ft of the existing administration offices.
This is an O-CONUS project. Therefore, the contractor needs to have experience with international regulations, policies, and procedures for completing the required work. The Government is seeking qualified, experienced sources capable of performing a requirement of this magnitude and complexity.
The estimated value of the project is $500,000 - $1 Million.
Prior Government contract work is not required for submitting a response under this sources sought synopsis.
At time of sources sought, the project schedule is as follows:
• BOD FEB 2020
• End of Initial Outfitting contract's period of performance shall be 3 months past OFB
The anticipated work includes:
Initial Outfitting (IO) is any commodity-related planning, transition, procurement, installation and warranting required outfitting of a new or newly renovated facility. IO Commodities may include artwork, furniture, fixtures, and equipment (FFE), casegoods, medical equipment, low voltage systems, and signage/wayfinding. Development of the IO requirements and IO integration into the project shall be accomplished concurrently with construction activities.
Scope of Work includes, but is not limited to, Initial Outfitting - Transition (IO-T) activities such as taking inventory of all existing systems and commodities, conducting user interviews, then planning and developing the requirements for all new and reuse commodities. IO-T also includes managing the phasing and transition activities, relocation, space planning and public relations planning. IO-T includes project management, validation of commodities, and planning services (new commodities, reuse commodities, and disposal 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.
The IO Contractor shall provide initial outfitting commodities and ancillary services. With most IO contracts, the requirements for both IO services, commodity purchase, and IO schedule dates often change. The IO Contractor must have adequate personnel available to handle considerable replanning throughout the period of performance, considerable changes to the commodity list, considerable changes to the reuse plan, considerable changes to the amount of required disposal, and the purchase of additional commodities identified throughout the IO-T process.
IO Contractor PM and Transition Planner may be required to be onsite full time 2 weeks prior to BOD. PM and Transition Planner may be required to remain onsite until OFB.
Initial Outfitting - Commodities (IO-C) activities include: 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
• business size pursuant to the NAICS Code 337127, Standard Size 500 employees
• capability statement
Responses shall include a brief description of the top three recent and relevant O-CONUS contracts of comparable work performed within the past five years. If contractor does not have O-CONUS experience, responses shall include a brief description of the top three recent and relevant contracts of comparable work performed within the past three years.
The narrative shall include:
• Project Title/Description
• Customer name
• Role and Responsibilities
• Timeliness of performance
• Dollar value of contract
• Customer satisfaction.
Responses to this notice shall be e-mailed to [email protected]. Telephone responses will not be accepted. Responses must be received in writing no later than Monday, March 18, 2019, at 12pm central time. This notice is to assist the USACE in determining sources only.