Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

Y -- U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Industry Forum

Notice Date
5/20/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-S-0016
 
Response Due
6/16/2008
 
Point of Contact
Maureen Turner-Cooper, 301-619-9643
 
Small Business Set-Aside
N/A
 
Description
VIEW SOLICITATION General Information Solicitation Number:W912DR-08-S-0016 Restrictions: Title:U.S. Army Medical Research Institute of Infectious Diseases INDUSTRY FORUM Location:Ft. Detrick, Maryland Issue Date:20 May 2008 Closing Date:16 June 2008 Price Range:More than $10,000,000 Time for Completion: NAICS:236220 FSC: CBD:Y Size Standard: Contracting POC:Maureen Turner-Cooper (301) 619-9643 DTL or Technical POC:Gary Poling, 301-619-1960 Synopsis: This is a SPECIAL NOTICE for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATION OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, invites potential Offerors interested in the proposed solicitation to attend an Information Session at which documents of the Draft Request for Proposal (RFP) for the U.S. Army Medical Research Institute of Infectious Diseases Replacement Facility, located Ft. Detrick, Maryland will be presented. These documents are based on a 90% design level and will provide Offerors the requirements of the proposed draft RFP and upon which price proposals will be based. The Government invites comments from potential Offerors on the information to be presented. Comments may be provided either at the conference, or within 7 business days after the conference. The Government will consider these comments and intends to issue a formal solicitation in August 2008. The formal solicitation will include 100% design bid build documents. All Offerors will be required to sign a Non Disclosure Agreement as part of the Registration Process noted below. The draft RFP will be available to Offerors on compact disk (CD). Subject CD, shall be handled and distribution limited in accordance with the attached Non-Disclosure Agreement. Cameras are not permitted at the conference. The Information Session will be held at 8:30 AM 11:30 AM (EST) on 25 June 08 at Fort.Detrick. Offerors interested in attending must make arrangements with the Point of Contact named below. Offerors are requested to limit attendance to 3 personnel per organization. NO SOLICITATION IS CURRENLTY AVAILABLE. All interested Offerors will have the opportunity to respond to solicitation announcements at a later time. This notice is to inform Industry of the requirements of the Draft RFP and to allow Industry to make comment. This Special Notice shall not be construed as a commitment by the Government, nor will the Government pay for the information solicited. REGISTRATION / POINT OF CONTACT. Offerors interested in attending the Information Session must register and submit a signed Non Disclosure Agreement via email to maureen.turnercooper@us.army.mil. Register requests must be received no later than 4:30 pm eastern standard time on 11 June 08. An Offerors corporate representative must sign the attached Non-Disclosure Agreement. NO APPOINTMENTS OR TELEPHONE CALLS WILL BE ACCEPTED. Upon receipt of registration request, Offerors will be informed of the location of the Information Session and provided further instructions. Information received from the Offerors comments will be appropriately addressed in the solicitation. No formal responses will be issued unless deemed necessary by the Government. PROJECT DESCRIPTION: The U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) located at Fort Detrick, in Frederick, Maryland, is the premier biodefense laboratory for the Department of Defense (DoD). The USAMRIID Replacement facility will provide for the decompression of existing functions and staff currently located at Fort Detrick. This Phase 1 - Primary Building Package is one of several separate contracts to deliver the USMRIID Replacement Facilities at Fort Detricks National Interagency Biodefense Campus (NIBC). The other separate contracts, not included in the scope of this package, include an Early Site Package to be awarded prior to this package, and a Phase 2 - Site & Demolition Package, to be awarded at a later time from this Phase 1 - Primary Building Package. The existing USAMRIID Buildings 1425, 1412 and 1408, will remain intact during and after the completion of the Phase 1 Primary Building Package contract. The proposed new USAMRIID Replacement facility is approximately 865,000 gross square feet (gsf) of constructed area, including all mechanical, electrical, and other support spaces. The functional programs include, but are not limited to the following types, as indicated on the documents: 1.Headquarters and Administrative offices 2.Research offices to support laboratory areas 3.Amenity areas such as conference, training and break areas 4.Division of Medicine clinic and offices 5.BSL-2 standard laboratories, specialty core laboratories and lab support areas 6.BSL-3e laboratories, specialty core laboratories and lab support areas 7.BSL-4 laboratories, specialty core laboratories and lab support areas 8.Veterinary Medicine offices and support areas, including ABSL-2, ABSL-3e, and ABSL-4 animal housing, procedure and logistical/operational support areas 9.Building operations, logistics and facility support areas The proposed new USAMRIID Replacement facility is part of an existing National Interagency Biodefense Campus (NIBC) setting, with existing operating facilities, as well as new facilities under construction, that have been identified for coordination with this contract. The USAMRIID Replacement facility will be supported by a Central Utility Plant (CUP) located within the NIBC perimeter, with both CUP generating systems and distribution of central utility feeds to the USAMRIID facility provided under a separate contract. Access to and security requirements for the proposed USAMRIID Replacement, Phase 1 Primary Building package site are governed by the parameters identified for the NIBC campus, as well as the access and security requirements for the U.S. Army Garrison at Fort Detrick. The NAICS Code is 236220 with a standard size of $31,000,000. Estimated construction cost of work under this procurement is estimated to be in excess of $10,000,000.00. This project will be incrementally funded. Construction is planned to begin in the fall of 2008. The Government is proposing using a Best Value (FAR SUBPART 15.6) approach to select the Prime Contractor. An award will be made to the Offeror whose proposal is determined to be the best value to the Government considering both price and technical factors. The Government intends to issue a draft copy of Section 00100, Proposal Submission Requirements, the Incremental Funding Clauses and Bonding requirements in a forthcoming amendment. ATTACHMENTS: Non Disclosure Agreement All Offerors are encouraged to visit the Baltimore Districts public web site, CURRENT ACQUISITION OPPORTUNITIES (http://www.nab.usace.a rmy.mil/ebs.htm) or the Federal Business Opportunities web page (http://www.fedbizopps.gov/ (USE THE BALTIMORE DISTRICT ACRONYM W912DR IN THE SEARCH FEATURE) to view other Baltimore District business opportunities. Site Visit: Plans & Specs: Amendments: Register as an Interested Party: FOR OFFICIAL USE ONLY Source Selection Information NON DISCLOSURE AGREEMENT Certification of Personnel Involved in Acquisition Concerning Nondisclosure and Rules of Conduct SUBJECT: RFP No. ___________, USAMRIID Replacement Ft Detrick, Maryland NAME: ______________________________________ Organization: ______________________________________ Title: ______________________________________ I certify that: 1.I have read, understand, and will abide by the requirements of this certification. 2. I understand that the draft plans and specifications, marked NOT FOR CONSTRUCTION included with this Draft Request for Proposal (RFP) are to be used solely for the purpose of providing information to prospective bidders about the USAMRIID project. 3. Upon receipt of the Draft RFP package, I agree to the following provisions: a. The entire Draft RFP will be provided on a numbered compact disk package. These disks may not be copied, nor may its contents be stored in electronic files. All disks must be returned to the Contracting Officer by 30 September 2008. b. Only persons participating in this acquisition will be allowed access to these documents. All persons having access will sign this certification. A copy of all signed certifications will be provided to the Contracting Officer as they are executed. c. Paper copies of the compact disk may be printed for use in the informational review of the Draft RFP by the responsible persons signing this agreement. Persons making paper copies will maintain a record of copies made and who received them. The responsible person will ensure all recipients sign a receipt for the copy of the compact disk. No copies will be provided to anyone who has not signed both the receipt and the Non-Disclosure Agreement. All copies will be destroyed when no longer needed but not later than 30 September 08 and company personnel will certify their destruction to the Contracting Officer in writing. d. If additional CDs are required, they may be requested from the USACE Contracting Officer. 4.I understand that my obligations under this certification are of a continuing nature, and if anything takes place which would cause a change to any statement, or create a violation of any representation or rule of conduct herein, I will bring such matter to the attention of the Contracting Officer. (Signature) (Date) THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90d770bf6b734c781ab38ad383a210e8&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Fort Detrick IPO 1542 Porter Street Frederick MD
Zip Code: 21702
 
Record
SN01577078-W 20080522/080520222026-90d770bf6b734c781ab38ad383a210e8 (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.