Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2015 FBO #5138
SOURCES SOUGHT

Y -- Market Research and Sources Sought for A/E IDIQ in Peru

Notice Date
12/16/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W9127816L0011
 
Archive Date
2/16/2016
 
Point of Contact
April L. Johnson, Phone: 2516903354, MARC NGUYEN, Phone: 2514415447
 
E-Mail Address
april.l.johnson@usace.army.mil, marc.h.nguyen@usace.army.mil
(april.l.johnson@usace.army.mil, marc.h.nguyen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research and Sources Sought for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/Indefinite Quantity Task Order (ID/IQ) Contract for Mobile District's construction program in Peru in support of the Navy Bureau of Medicine and Surgery (BUMED). This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, Mobile Directorate of Contracting (DOC) is seeking information regarding capability and availability of potential contractors to perform an Indefinite Delivery Indefinite Quantity Task Order (IDIQ) Contract for architectural and engineering services in support of the Navy Bureau of Medicine and Surgery (BUMED) and its facilities program in Peru. BUMED, through the U.S. Naval Medical Research Unit No. 6 (NAMRU-6), located in Peru, provides support and service to facilities to foster and maintain a state-of-the-art biomedical research environment. Planning and design support is required for facility and infrastructure projects in Peru, primarily in the locations of Callao, Iquitos, and Puerto Maldonado. 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 planning and design of biomedical research laboratories is required. Total capacity over the potential five year life of the contract (base year plus four option years) is not to exceed $10,000,000. It is the intent of the Government to initially award two (2) contracts; however there is a possibility that additional contracts may be awarded on this solicitation. This contract will require Architect-Engineer (AE) firms to provide all plant, labor, equipment and materials necessary to perform assessments, studies, planning, and designs. Facility types included in this contract may include, but are not necessarily limited to: 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, parking structures, campus utility and infrastructure systems, hazardous material storage facilities, and central utility plants. Projects may encompass preparing facility master plans and/or project documentation for additions, alterations, major modernizations, major renovations and new construction. Firms must possess a wide range of professional services and experience in architecture and engineering with a focus on biomedical research, vivarium and support facilities. Design teams will be required to demonstrate considerable recent (within the last 5 years), relevant experience in facility master planning, space planning and designing biomedical research laboratory, vivarium, and support facilities. Experience must include in-depth knowledge of related complex laboratory and vivarium processes, scientific equipment, laboratory mechanical, electrical, plumbing & communications systems, and biological and chemical containment laboratory planning and design. In addition, firms must also have, either in-house or through local consultants, knowledge of and experience with Peruvian building codes and standards, local materials, location-specific issues and constraints, and other technical issues unique to the performance of work in Peru. The purpose of this sources sought synopsis is to determine the availability of qualified AE firms to perform these services. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 541330. 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 relevant personnel resources, and corporate experience with biomedical research laboratory planning and design. 3. How the Offeror intends to provide the required expertise in local building and infrastructure requirements for Peru. 4. No more than five projects that are at least 50% design complete within the past five years that demonstrate the offeror's capability to perform work in or in direct support of biomedical research facilities. 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 design effort, dollar value of the resulting construction/repair 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. Interested Offerors shall respond to this Sources Sought Synopsis no later than 15 February, 2015. ALL RESPONSES MUST BE EMAILED to MSG April Johnson at April.L.Johnson@usace.army.mil 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127816L0011/listing.html)
 
Record
SN03970869-W 20151218/151216234235-e6f4c2f3c6c00d5717d7524c58dd6dd5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.