The RFP Database
New business relationships start here

Laboratory Support Building in Iquitos, 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 a fully designed Construction Contract for the construction of the Laboratory Support Building in Iquitos, Peru in support of the U.S. Naval Medical Research Unit No. 6 (NAMRU-6) in Peru. The Mobile District Corps of Engineers Director of Contracting (DOC) proposes to utilize a Full and Open Design Bid Build Construction Contract to meet this requirement.

Iquitos, Peru is located in the Amazon basin (tropical-low seismic zone) on the east side of the Andes Mountains. There is a single airport serving Iquitos and limited road networks. The Cost of this contract is anticipated to be from $3,000,000 to $5,000,000 (US).


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 SOW of this contract consists of the partial demolition of an existing US Navy medical research administrative single story building inside a Peruvian Naval compound in Iquitos, Peru and renovating the existing first floor space and adding a second floor. Only the existing floor slab and selected structural walls from the existing building will be re-utilized. The Government will provide a full design for this project, though the Construction Contractor will provide shop drawings and other incidental designs as indicated in the solicitation. A single firm fixed price construction contract will be awarded for the construction of this facility. Experience specific to the repair and construction of biomedical research laboratories is preferred, but not required. Contract award will be based on a Best Value Source Selection Trade Off.


This contract will require contractors to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of an existing structure. Work will include site work; landscaping; rigid fuel systems (for a back-up electrical power generator); interior and exterior utilities to include water and sewage treatment, architectural; structural, interior and exterior finishes, plumbing, mechanical heating ventilation and air conditioning, communications, electrical power (to include generators and solar), security and fire protection, installation of shelving and cabinetry and windows and doors which meet current US Antiterrorism and Force Protection requirements. Construction will also include the construction of stairs and membrane roofing system. The Construction Contractor will also be required to provide limited renovations to an existing facility to be used as swing space while this facility is under construction. Construction incorporates 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-Terrorism and Force Protection (AFTP) requirements.


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 February 6th, 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