The RFP Database
New business relationships start here

NAMRU-6 BUILDING 1 RENOVATION AND CONSTRUCT LAB SUPPORT BUILDING (SAFE HAVEN), LIMA, PERU


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

*This special notice was originally posted on 14 January 2015 it is being modified to correct the solicitation number to W9127815R0013.*


The solicitation will be available for download on 21 JAN 2015. The estimated cost of this project is between $5,000,000 and $10,000,000. The contracting officer is Mr Carl Wade.

Description of Work:
Complete a small concrete building shell and provide phase renovation of a two-story BSL Laboratory to include partition walls, HVAC, windows, elevator installation, plumbing, stairs, electrical, lighting, demolition and removal of some sidewalks. Must complete under a very aggressive time schedule and very rigid phasing plan. Some materials must be procured in the United States.

Work will require extensive knowledge of the functional operation of medical research facilities, relating to the efficient use of the facility, equipment, facility support systems especially HVAC and electrical systems for laboratories, and building structures. Since the research facilities will remain in full operation, the contractor will be required to minimize interference with the daily operation of the laboratories and support facilities, and will be required to comply with regulatory requirements of accrediting bodies such as the College of American Pathologists (CAP). The facilities to be covered by the intended contract include Bio-safety Levels (BSL)-2 and 3 research laboratories and laboratory support functions related to testing for human bacteriologic, viral, and parasitic pathogens.

The performing contractor's personnel will be required to meet security and health screening requirements. In addition, there may be facilities or portions of facilities that require medical testing and/or immunization of Contractor employees, beyond basic OSHA requirements, before the employees are authorized to work in the controlled room, area, or facility. This requirement may be due to the containment requirements in bioresearch laboratories, the potential for exposure of workers to toxins or communicable diseases, etc.

Note No. 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractor must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.

Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed.

Note No. 3: Critical path method (network analysis system) is required.

Note No. 4: This solicitation includes bid options which may not be awarded.

Note No. 5: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov.

Address questions concerning downloading of plans/specifications to Plans Room at phone number 251-690-2536.

Note No. 6: A pre-proposal conference will be held at the Federal Building Annex located at 201 Saint Michael Street, Mobile, Alabama, (across from the Federal Building garage) on 28 January 2014 at 9:00 a.m. (Central Time). The purpose of the conference is to familiarize the bidders with the scope of work, address bidders' questions concerning the project, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. Minutes of the pre-proposal conference will be prepared by the Government and placed on the internet at https://www.fbo.gov. All parties planning to attend should provide the following information to:

Point of Contact is the Contracting Specialist/Contracting Officer, SFC M. Colin McTague, phone: 251-441-5520, E-mail: Michael.c.mctague@usace.army.mil .

by noon (Central Time), 23 January 2015:

a. Name of firm with complete mailing address.
b. Name, title, and phone number of each representative.
c. Number of representatives from the firm attending. Public parking is available in the area for a fee.

Request for attendance received after noon (Central Time), 23 January 2015 will not be accepted. Offerors should refer to Section 00100 Contract Clause 952.000-4133, PRE-PROPOSAL CONFERENCE, in the solicitation for details. Site Visits are addressed below in Note No. 7. Offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. In this regard, Offerors should note Contract Clause FAR 52.236-3 Site Investigation and Conditions Affecting the Work.

Note No. 7: Two Contractor Site Visits are planned for this solicitation.

The first Contractor Site Visit has been scheduled for 03 FEB 2015 at 09:00 am (Local Time). The second Contractor Site Visit has been scheduled for 10 FEB 2015 at 09:00 am (Local Time). The only purpose of the site visit is to become familiar with the existing site conditions. Requests for Information (RFIs) generated from the site visit must be entered into the ProjNet Contractor RFI system for responses. Attendance at the site visit is strongly recommended. Due to Base Security requirements and limited field staff available for construction contractor site visits, this scheduled site visit will be one of only two offered. Individual requests for site visits will not be granted. Contractors will be required to register with Mr. Jorge Velasco or Ms. Maria Eugenia Olivares by close of business on 27 JAN 2015 and provide their given name (as it appears on their passport or photo identification that will be used to enter the base), and name of the company that they represent. Contractors must provide a list with the names of the persons to be attending the site visit in an e-mail to Ms. Maria Eugenia Olivares and Jorge Velasco at the address shown below. Request for attendance received after the date shown above will not be accepted. The number of attendees is limited to four from each firm.

US ARMY CORPS OF ENGINEERS
PERU RESIDENT OFFICE
Telephone: 511 618-2693
Maria Eugenia Olivares - Maria.E.Olivares@usace.army.mil
Jorge Velasco - Jorge.Velasco@usace.army.mil

Contractors must meet at the entrance of NAMRU6 located at Peruvian Navy Hospital located on Av. Venezuela, block 36, Callao - Peru, at the time and date listed above. Contractors will be required to register in advance with Mr. Jorge Velasco or Ms. Maria Eugenia Olivares for installation access, and will be required to provide a photo id or passport and vehicle registration to gain access to the installation on 3 FEB and 10 FEB 2015. NOTE: Information obtained during the site survey visit but not included in the scope of work is not contractually binding.

Guests observed in areas outside the direct route to and from the event or outside of the scheduled time will be escorted offbase immediately. Random base tours are not authorized. The event may be cancelled at a moment's notice due to unforeseen circumstances or an increase in Force Protection Conditions.

Note No. 8: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the PROJNET internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening).


Michael McTague, 251-441-5520

USACE District, Mobile

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP