The RFP Database
New business relationships start here

Construction in Support of U.S. Naval Medical Research Unit in Peru


Alabama, 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, Not a Solicitation Announcement, for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/Indefinite Quantity Task Order (ID/IQ) Contract for the Mobile District's construction program in support of the U.S. Naval Medical Research Unit No. 6 (NAMRU-6) in Peru. The Mobile DOC proposes to utilize a Single Award Task Order Contract (SATOC).

The contractor should anticipate requirements for small repair and construction projects (typically $100K - $500K) for US Government facilities at a minimum of three (3) separate locations throughout Peru which range from Lima (desert, high seismic zone) to Iquitos (Amazon basin/tropical low seismic zone).

This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified contractors. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.


The intended repair/minor construction contract with incidental design capabilities is intended to provide quick response for performing small-scale repair and minor construction for facilities administered by the U.S. Naval Medical Research Unit No. 6 (NAMRU-6) in Peru. The primary locations will be Callao, Iquitos, and Puerto Maldonado. Individual task orders will be negotiated with the selected SATOC as firm-fixed price Requests for Proposals. Work scope will vary from site to site and will require extensive knowledge of construction methods including equipment, facility support systems, and building structures. Experience specific to the repair and construction of biomedical research laboratories is preferred. Total capacity over the potential five year life of the contract (base year plus four option years) is not to exceed $10,000,000.

This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of facilities and structures. Work will typically include site work; landscaping; rigid and flexible paving for roads and parking lots; fuel systems; interior and exterior utilities to include water and sewage treatment, water wells, plumbing, mechanical heating ventilation and air conditioning, communications, electrical power (to include generators and solar and wind power), security and safety of facilities. Facilities and structures may include Bio-safety Levels (BSL)-2 and 3 research laboratories and laboratory support functions, Animal Bio-safety Levels (ABSL) -2 and 3 animal holding facilities for small and large species to include non-human primates and vivarium support facilities, analytical laboratories, field laboratories (dry labs), laboratories working with chemical agents, and facilities that use specialized equipment/chambers. Facility types may also include office buildings, campus utility and infrastructure systems, hazardous material storage facilities, and central utility plants. The work may involve replacement in kind, repairs, upgrades and modification work and/or new construction. It also may include incidental design and testing, and survey and abatement for lead based paint (LBP) and asbestos containing materials (ACM). Facility repairs, upgrades and construction shall conform to the requirements of the technical criteria listed in the Task Order. Task Orders may require the application of U.S. Building Codes; International Building Code (IBC); National Electric Code (NEC); Structural and Heating, Ventilation and Air Conditioning (HVAC) codes; and U.S. Department of Defense criteria that include, but are not limited to, Unified Facility Criteria (UFC) and Anti-Terrorist and Force Protection (AFTP) requirements, in addition to criteria specific to biomedical laboratories.


The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability to perform, to include personnel, equipment, and other resources currently in or planned for Peru. The project size and logistic complexity for which the Offeror possesses capabilities to perform shall be stated. Include Offeror's in-house capability to execute incidental design requirements. 4. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars), or ability to obtain letters of credit. 5. No more than five projects that are at least 50% repair/construction complete within the past five years that demonstrate the offeror's capability to perform work of the type described above. Work in or in direct support of biomedical research facilities is preferred. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor's name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required.


Responses should be submitted via e-mail to the following:


MAJ Drenna Thompson, Contracting, Drenna.L.Thompson@usace.army.mil
MSG April Johnson, Contracting, april.l.johnson@usace.army.mil
Chris Vandiver, Contracting, john.c.vandiver@usace.army.mil


Submittals are due no later than January 25th, 2017. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.


Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought.


Note 2: This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.


Note 3: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District projects are available on the internet at http://www.fbo.gov.


 


Drenna L. Thompson, Contract Specialist, Phone 2514415539, Email drenna.l.thompson@usace.army.mil - Chris Vandiver, Contracting Officer, Phone 251-441-5599, Fax 251-441-6510, Email john.c.vandiver@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP