Skip to main content

An official website of the United States government

You have 2 new alerts

Medical Repair and Renewal Design-Build Construction VII

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Jul 20, 2023 02:31 pm CDT
  • Original Published Date: Nov 10, 2022 03:54 pm CST
  • Updated Date Offers Due: Aug 01, 2023 01:00 pm CDT
  • Original Date Offers Due: Dec 12, 2022 02:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jul 19, 2024
  • Original Inactive Date: Nov 10, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2DA - REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:

Description

Amendment 0006 extended the proposal due date. Amendment 0005 extended the proposal due date, posted responses to RFIs in ProjNet and revised Attachment 9. Amendment 0004 extended the proposal due date. Amendment 0003 issues the Phase II solicitation to those offerors selected to compete for the contract in Phase II. Phase II attachments will be provided to those offerors advancing to Phase II via email. Amendment 0002 updates the solicitation based on ProjNet questions. Please see the link at the bottom of this paragraph for more details, including the attachment(s). Amendment 0001 extended the proposal due date. The U.S. Army Engineering and Support Center, Huntsville (CEHNC) is soliciting proposals in support of the Medical Repair and Renewal (MRR) Design-Build (D-B) Construction Program. This acquisition is for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) at diverse locations throughout the Contiguous United States (CONUS), including Alaska, Hawaii, the District of Columbia, Guam (U.S. Territory), and Puerto Rico (U.S. Territory). This acquisition is being offered under full and open competition with an 8(a) small business reserve and a small business reserve. The proposed MATOC will have a seven (7) year ordering period consisting of a three-year base period and four, one-year option periods. The MATOC will be solicited and procured using Best Value Trade-Off methodology based on the Two-Phase Design Build Process in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. The Government will target twelve awards with four reserved for 8(a) small businesses and four reserved for small businesses. The Government reserves the right to award more, less, or none at all. The estimated capacity of this procurement is $1,300,000,000.00 ($1.3B). The total capacity will be shared amongst all awardees in the MATOC. Task orders issued under this contract will be for the design-build of medical repair and renewal program projects. Task orders issued under this MATOC will be firm-fixed-price and may include options. Comparable projects in the private sector that are similar to the construction contemplated include the repair, renovation, conversion, and alteration of occupied medical facilities. Awards will be made to offerors whose technical submittal and price proposal contain the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. This solicitation is issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of Phase I proposals. The solicitation will be posted to Contracting Opportunities at www.sam.gov and will be available to contractors without charge. Contractors can search for the procurement by using the following solicitation number: W912DY21R0014. Contractors can follow the solicitation by signing into SAM.gov and selecting ?follow? in the top right corner of the Contract Opportunities detail page. Followed opportunities will appear in your Workspace area under the ?Profile? section which is where you can select to receive email notifications and the frequency of those notifications. Contractors can add their entity to the Interested Vendors List which others can access through the SAM.gov site. It is the offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. Phase II attachments will be provided to those offerors advancing to Phase II.

Contact Information

Contracting Office Address

  • 300 SECURE GATEWAY KO CONTRACTING DIVISION
  • REDSTONE ARSENAL , AL 35898-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History