SOLICITATION NOTICE
56 -- Advance Notice for Two-Phase IDIQ/SATOC in Support of the Mobile District Repair/Construction with Design Capabilities Program for NAMRU-6, Lima, Peru
- Notice Date
- 6/26/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- W91278-17-R-0014AN
- Archive Date
- 7/26/2017
- Point of Contact
- April L. Johnson, Phone: 2516903354, Chris Vandiver, Phone: 251-441-5599
- E-Mail Address
-
april.l.johnson@usace.army.mil, john.c.vandiver@usace.army.mil
(april.l.johnson@usace.army.mil, john.c.vandiver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A detailed project description and overall project performance requirements for this project will be included in the Request for Proposals (RFP) package. The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful Contractor must design and construct complete and usable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two, and an amendment will be issued to those selected offerors. Selection of offerors for involvement in Phase Two will be based on technical approach and performance capability. Detailed design requirements for the Seed project will then be added by amendment to the solicitation at the start of the Phase Two stage of the Request for Proposals. A limited number of firms will be invited to participate in the second phase. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220. This SATOC contract is primarily for new construction and repairs in support of NAMRU-6 at 3 NAMRU-6 installations in Peru. All of the installations in Peru are collocated on Peruvian Navy installations; one at the large Peruvian Naval hospital complex at Callao near Lima and the other two smaller installations are located in Iquitos and Puerto Maldonado, both located in the Amazon basin. If necessary, this contract may be used to support other NAMRU-6 initiatives in Peru outside the boundaries of the 3 military compounds indicated. Task orders will be issued as needed throughout the life of the contract. OBJECTIVE. This contract will require the contractor to provide all plant, labor, equipment and materials necessary to perform construction, incidental demolition, upgrade and repair of facilities and structures, to include incidental design. 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, Peruvian and US Seismic 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. Some construction may occur at remote locations and close coordination will be required with both the US Army Corps of Engineers and Host Nation Military authorities throughout the life of the projects. Projects on Host Nation military installations will require that employees be vetted for security by Host Nation military authorities. The work described herein shall be accomplished through the implementation of Task Orders issued under the terms of this solicitation. Some incidental design effort may be required. The majority of the project's sizes are anticipated to be no more than $500,000. SEED PROJECT: TO BE IDENTIFIED IN PHASE TWO
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-17-R-0014AN/listing.html)
- Place of Performance
- Address: Various locations in Peru, Peru
- Record
- SN04557410-W 20170628/170626234609-fc3920d510ec72888aa3bc9322476785 (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 |