Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2016 FBO #5454
SOLICITATION NOTICE

Z -- Repair and Minor Construction in Support of U.S. Army Medical Command's Medical Research and Materiel Command (MRMC)

Notice Date
10/27/2016
 
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
W91278-15-R-0084
 
Archive Date
10/31/2018
 
Point of Contact
Sara G. Logsdon, Phone: 2516903347
 
E-Mail Address
sara.g.logsdon@usace.army.mil
(sara.g.logsdon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Mobile District is planning to advertise an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) solicitation for medical research laboratory facility repair/construction in support of the U.S. Army Medical Command's (MEDCOM) Sustainment, Restoration, and Modernization (SRM) program. The MATOC pool will cover various medical research laboratories. The request for proposal (RFP) number is W91278-15-R-0084. The work of scope will vary from site to site and will require extensive knowledge of the functional operation of medical facilities including; equipment, facility support systems, and building structures. The repair/minor construction relates, but is not limited to the: architectural, mechanical, electrical, instrumentation, security and safety areas of medical research laboratory facilities. The facilities will be 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 requirements of a number of regulatory and accrediting bodies such as the American Association for Accreditation of Laboratory Animal Care (AAALAC). The facilities to be covered by the intended contract include Bio-Safety Levels (BSL)-2, 3, and 4 research laboratories and laboratory support functions, Animal Bio-safety Levels (ABSL)-2, 3, and 4 animal holding facilities for small and large species to include: non-human primates and vivarium facilities, veterinary treatment facilities, public health/analytical laboratories, field laboratories (dry labs), food analysis and diagnostic laboratories, laboratories working with chemical agents, and facilities that use specialized equipment/chambers. 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. Location: Medical Research and Materiel Command (MRMC) is not geographically based, but includes Department of Defense (DoD) medical research laboratories. The following installations have research facilities: Fort Detrick, MD (include Forest Glen Annex); Natick, MA; Aberdeen Proving Ground, MD; Fort Rucker, AL; Dover AFB, DE; and Fort Sam Houston, TX; Pikes Peak, CO; and Joint Base Lewis-McChord in Washington. The Government contemplates two (2) or more Small Business Concern IDIQ contracts resulting from the solicitation, which will include a base year plus four (4) one-year options. Firm Fixed-Price (FFP) task orders will be issued using the contracts. The total maximum value to be shared among all contracts awarded under this solicitation is $49,000,000.00 over five years. There is no guarantee that this maximum value will be distributed equally. Awardees will share this total value through a competitive task order award process. The requirement is handled by the U.S. Army Corps of Engineers, Mobile District, Mobile, Alabama. Solicitation documents should be available for download on or around November 2016. The Contract Specialist for this project is Mrs. Sara Logsdon. Questions specific to this solicitation may be answered by sending an email to sara.g.logsdon@usace.army.mil. 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. Contractors 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 will only be available via FedBizOpps. Registration for the solicitation 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 Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The solicitation and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. The plans, specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. The solicitation 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. The solicitation will be 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. Additionally, a CD of the offeror's entire proposal will be required with the paper medium. Note No.3: For this job, a small business is defined as having average annual receipts of less than $36,500,000 for the past three years. The North American Industry Classification System (NAICS) code for this project is 236220. Note No. 4: All advertisements of Mobile District projects will be through Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are all available on the internet at: https://www.fbo.gov. Note No. 5: 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 deadline of submission of proposals).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-15-R-0084/listing.html)
 
Record
SN04314511-W 20161029/161027234407-2157a1baabe72df4d17b40d91990ba01 (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.