Animal Health Science Reference Lab
ID: W912GB25R0027Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD FEST NAU1 EUROPEAPO, AE, 09096, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the renovation of the Animal Health Science Reference Laboratory located in Maputo, Mozambique, under solicitation number W912GB25R0027. This design-build project aims to modernize the laboratory facilities, including significant renovations such as roofing, flooring, and the installation of a new butane gas distribution system, with an estimated construction cost between $500,000 and $1,000,000. The procurement is open to all qualified contractors, emphasizing the importance of compliance with local building codes and safety standards, as well as the submission of detailed past performance information. Proposals are due by May 30, 2025, and interested parties should contact SFC Sterling Alphonse at sterling.j.alphonse@usace.army.mil for further details.

    Files
    Title
    Posted
    The document comprises various maps delineating geographic areas relevant to government RFPs and grants on federal, state, and local levels. It includes a General Map that provides an overview, a Regional Map highlighting specific areas of interest, and a Local Map for detailed locality insights. These maps are essential tools for stakeholders in interpreting the spatial context of RFPs and grants, guiding decision-making, strategic planning, and allocation of resources in projects. The visual representation of these regions aids in assessing service delivery areas, grant eligibility, and partnership opportunities, thus playing a pivotal role in the distribution and implementation of government-funded initiatives. This document serves as a foundational asset for procurement processes, facilitating clearer communication among government entities and potential bidders.
    The document is a guide outlining special conditions for procurement and contracting requirements for projects in the Host Nation (HN). It details the payment protocols, definitions, ordering precedence among contract provisions, and requirements for contractor communication and workforce management. The document mandates that contractors understand and comply with local laws, regulations, and permitting processes while coordinating site access and security measures, particularly on military installations. It also emphasizes the importance of providing documentation in English, necessitating the availability of English-speaking representatives for communication with the U.S. Government. Furthermore, it describes the contractor’s responsibilities in relation to maintaining environmental protection measures and handling permits and notifications appropriately, particularly in HN contexts. It includes specifications on documenting work progress through photography and video, requiring weekly status reports and adherence to the anticipated weather planning to manage delays. The conditions laid out ensure adherence to procurement regulations while emphasizing the significance of local compliance, safety, and quality control on construction projects, aligning with standard practices in federal RFPs and grants.
    The document pertains to the Request for Proposals (RFP) for the construction of a Medical Storage Facility in Chad, designated as project number W912GB25R0036. It outlines requirements for contractors to provide detailed past performance information relevant to this project. Key elements include confirming project completion status, final costs, and specifics on the contractor's role, whether as a Prime Contractor, Subcontractor, Joint Venture, or Key Subcontractor. The contractor must detail their methodology, such as Design-Build or Design-Bid-Build, and clarify the scope, size, and type of work involved, including any construction or renovation aspects. This inquiry emphasizes the importance of quantifying self-performed work and relevant experiences to demonstrate capability and reliability to the U.S. Department of Defense. The structure encourages thoroughness in presenting past performances to ensure contractors meet federal expectations for quality and execution in military-supportive construction projects, aiming for optimal operational readiness and resource management in Chad.
    The document outlines a federal government construction project focusing on the renovation of a multi-story building and the construction of a new parking structure at Aviano Air Base in Italy, with a total budget of $750,000. The project commenced on December 13, 2021, and was completed by December 12, 2022, achieving a self-performance rate of 51%. It includes various aspects of vertical construction, road and pavement repair, and building insulation. Additionally, the project utilizes a design-build methodology and operates in several countries including Estonia, Latvia, Lithuania, and Poland. The document emphasizes the requirement for contractors to demonstrate experience working with the U.S. Government, specifically agencies like the Department of Defense and the U.S. Army Corps of Engineers, underlining the need for compliance with federal standards in construction practices. Overall, this file represents a structured initiative aimed at enhancing military infrastructure in a key European location, reflecting the government's investment in its facilities abroad.
    The document is a Past Performance Evaluation Questionnaire (PPQ-0) utilized by NAVFAC and USACE for assessing contractors' performance on federal contracts. Contractors provide detailed information including firm name, CAGE code, project description, contract type, award dates, original and final prices, and their role in the project. Clients complete the questionnaire by evaluating contractors on several parameters including quality, schedule adherence, customer satisfaction, and management effectiveness, using a rating system from Exceptional (E) to Unsatisfactory (U). The questionnaire encourages clients to submit evaluations directly to the contractor or USACE, ensuring the government can verify the supplied information. It aims to gather comprehensive feedback that informs future contractor selections for government projects, emphasizing previous performance as a strong indicator of reliability and capability in fulfilling contract terms. This structured evaluation process is integral to fostering transparency, accountability, and quality in government contracting practices.
    The document outlines the infrastructure project of the IIAM (Instituto de Investigação Agrária de Moçambique), specifically focusing on the construction of a laboratory building for the National Irrigation Institute. The project is in the preliminary study phase and involves detailed architectural and structural planning to establish laboratory facilities and improve agricultural research capabilities in Mozambique. Key points include a comprehensive list of laboratory areas, technical spaces, and their respective dimensions in square meters, emphasizing the layout for functionality and compliance with build standards. Additionally, the document provides guidelines for measurements, indicating that all dimensions must be verified on-site, and includes copyright notices regarding the use of the document's content. Special attention is given to various operational rooms such as vaccine production, serology, and general laboratory facilities, highlighting the project's role in supporting agricultural innovation. The extensive outline of design elements and phases stresses the importance of meticulous planning and adherence to safety regulations throughout construction. This initiative is indicative of ongoing governmental efforts to enhance agricultural research infrastructure in Mozambique, potentially leading to improved food security and agricultural development.
    The document outlines the requirements for independent structural proofing in a design-build project, emphasizing the need for rigorous verification by a licensed proofing engineer. The contractor is responsible for funding this review and must submit a comprehensive set of proofed structural documents along with the final design. Key responsibilities include ensuring compliance with local building codes and disclosing any conflicts of interest. The proofing process entails verification of structural calculations, execution drawings, and compliance with seismic and fire protection standards, particularly in high-risk seismic zones. Deliverables include detailed proofing reports listing findings, applicable codes, and final statements confirming the absence of structural concerns. All proofed calculations and drawings must be stamped and signed by the proofing engineer, demonstrating that the contractor has addressed all remarks in the final design documents. This scope is critical for ensuring safety and compliance in government construction projects, aligning with the requirements set forth in federal and state Requests for Proposals (RFPs) and grants.
    The Department of the Army, specifically the U.S. Army Corps of Engineers, has issued Engineering Guideline 01/2016 to standardize the preparation of structural calculations for construction projects within its operational area. The guideline aims to ensure that structural calculations are comprehensive, accessible, and of high quality, facilitating effective reviews and utilization by third parties. Key requirements include self-contained calculations detailing stress and deflection verification for all construction components, along with a structured presentation that features a cover sheet, table of contents, load assumptions, and final disclaimers. Detailed sections outline the necessary information, drawing formats, and verification processes for load-bearing capacities, including connection force tables relevant for design continuity. This guideline is crucial for maintaining safety and compliance in engineering practices within federal and local RFP frameworks, emphasizing the importance of clear documentation and adherence to established standards for construction projects. Overall, it reflects the Army's commitment to ensuring quality and accountability in engineering design and execution.
    The refurbishment of the Animal Health Science Reference Laboratory in Maputo represents a collaborative effort between the United States and Mozambique. This initiative was facilitated with support from the United States Africa Command and the Office of Security Cooperation at the U.S. Embassy in Mozambique, alongside cooperation from the Mozambique Ministry of Agriculture and Development. The project underscores the importance of international partnerships in enhancing animal health infrastructure and fostering agricultural development in Mozambique. Through this collaboration, the refurbishment aims to improve public health initiatives and veterinary services, thereby contributing to the overall well-being of the agricultural sector in the region.
    This document outlines the payment procedures related to a government contract for the renovation of the animal health science reference lab in Maputo. It establishes that all work not specifically linked to a base or option item is included in the base item (Base Item 0001). Payments associated with job items are consolidated into a single lump sum that covers all costs related to labor, materials, and compliance requirements, including safety and environmental protections. The primary focus is on two key projects: the renovation of the main laboratory building, covered in Base Item 0001, and the butane gas distribution system renovation under Option Item 0002. Each item specifies that payment will include all necessary site preparation, demolitions, and removals pertinent to the work involved. The concise structure emphasizes cost accountability and delineates the responsibilities of the contractor. This document is essential in the context of government RFPs, as it governs the financial agreements and conditions for contractors undertaking federal projects, ensuring clarity and compliance throughout the renovation process.
    The document outlines the pricing schedule for a renovation project at the Moz Animal Health Science Reference Lab in Maputo, Mozambique, due on November 20, 2024. Offerors must present pricing for both base items and option items, encompassing all necessary labor, materials, and services as specified in the attached documents. Key responsibilities include adherence to technical, quality control, and safety requirements, along with the preparation of relevant documentation and compliance inspections. The base item involves the renovation of the main laboratory building, while the sole option item pertains to renovating the butane gas distribution system, with quantities listed as '1 Job' for both items. The government retains the right to award options within 90 days following contract award and states that any discrepancies between unit prices and extensions will favor the unit price offered. This RFP reflects standard government procedures for construction projects and emphasizes the importance of diligent compliance with regulatory and safety standards throughout the renovation process.
    The document outlines instructions for submitting attendee information for a company participating in federal RFPs, grants, and proposals. It requests essential details for each representative, including their names, roles, place of birth, contact information, and company identifiers such as NCAGE and DUNS numbers. Subcontractors are also covered under these requirements, with specific instructions noting that if a company lacks a NCAGE, DUNS, or SAM registration, they can leave those fields blank. The primary aim of this document is to gather accurate and structured attendee information to ensure compliance with federal regulations and streamline the participation process in governmental bidding opportunities. Key points include the necessity of providing specific identification numbers and the classification of company representatives for improved communication and coordination. Adhering to these guidelines can facilitate a company's successful engagement in government-related contracts and projects.
    The document is a Bank Letter of Assurance meant for the US Army Corps of Engineers, Europe District, related to the solicitation W912GB25R00 for the “IAF-25-0030 Animal Health Science Reference Lab” project in Mozambique. It confirms that the undersigned bank will issue a Bank Letter of Guaranty for the mentioned contractor upon contract award, securing 10% of the proposed project price. The Bank Letter of Guarantee guarantees payment to the Contracting Office within five days if requested due to a contractor's non-compliance with contract terms. It remains valid until the project's completion and can be modified without the bank's prior consent. Attached to the document is a Certificate of Authority, which evidences the signers' authority to bind the bank. This assurance is crucial for compliance with federal contract regulations and ensures that the contractor has the necessary financial backing to fulfill project obligations. The letter exemplifies the types of financial assurances expected in federal RFPs and grants to ensure accountability and project completion.
    The document outlines the Letter of Commitment required for offerors submitting proposals in response to a solicitation from the US Army Corps of Engineers. It specifies that offerors seeking to leverage the past performance of a subcontractor, team member, or affiliate must complete and submit an appropriate Letter of Commitment with their proposal. Three alternatives are provided: 1. **Subcontractor Commitment** - outlines the commitment between a prime contractor and a subcontractor, detailing the services to be provided and confirming that the subcontractor's past performance may be credited to the prime contractor. 2. **Team Member Commitment** - similar to the subcontractor letter, this form emphasizes the collaboration between a prime contractor and a team member, detailing the specific contributions expected. 3. **Affiliate Commitment** - establishes how an affiliate will contribute to the prime contractor's performance, also noting that the prime contractor can claim affiliate's experience in the evaluation process. Each letter format requires a detailed description of the services, limits on substitutions without approval from the contracting officer, and a nullification clause if the prime contractor is not awarded the contract. The overall purpose of the document is to ensure clarity and accountability in partnerships among contractors and to delineate the requirements for successful bids in government contracting contexts.
    The Mozambique Animal Health Science Reference Laboratory RFP (Solicitation No. W912GB25R0027) outlines a design-build project centered on renovating the Animal Health Science Laboratory in Maputo, Mozambique, with an estimated construction cost between $500,000 and $1,000,000. It is an unrestricted procurement, aiming for a single firm-fixed-price contract using the Best Value Trade-Off method. The project includes significant tasks such as designing and constructing new laboratory spaces, roof replacement, and upgrading the butane gas distribution system. The solicitation details crucial submission and evaluation requirements for contractors, emphasizing a pre-proposal site visit, deadline for proposal submissions, and evidence of past performance in similar projects. Proposals will be evaluated based on technical approach, past performance, and price, with particular consideration given to compliance with local laws and effective management strategies for VAT reimbursements in Mozambique. Contractors must register on the System for Award Management (SAM) and adhere to several federal regulations throughout the bidding and construction process. This RFP illustrates the U.S. government's commitment to improving global health infrastructure through quality construction and emphasizes compliance and experience as key factors in contractor selection.
    The document outlines an amendment to a solicitation involving a design-build project for the renovation of the Animal Health Science Reference Laboratory in Maputo, Mozambique. The amendment updates the Statement of Work, adds a new attachment detailing existing conditions, and extends the solicitation response deadline to May 28, 2025. The renovation involves demolishing existing features and installing new systems including roofing, flooring, gas distribution, and interior improvements, ensuring compliance with local and international building standards. The Contractor is required to manage design and construction services, ensuring low maintenance and adherence to host nation codes. Submissions are mandated at multiple design stages (65%, 95%, and 100%) with specific documentation for approvals. Key considerations include noise control, structural integrity, and environmentally friendly practices. This RFP reflects the U.S. government's commitment to modernizing international facilities with stringent safety and quality standards.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, specifically amending solicitation number W912GB25R0027. The amendment serves to extend the receipt date for proposals by one calendar day, changing it from May 28, 2025, to May 30, 2025, at 10:00 AM. All other terms and conditions of the original solicitation remain unchanged. The amendment requires contractors to acknowledge receipt of the updated solicitation to ensure their offers are considered. This acknowledgment can be made by completing designated fields and returning a copy of the amendment, indicating the necessary changes to previously submitted offers if applicable. The document emphasizes the importance of timely acknowledgment to avoid rejection of offers. Overall, the amendment illustrates a procedural adjustment in the solicitation process, reflecting the standard practices of federal procurement to facilitate response from potential contractors while maintaining the integrity of the solicitation process under federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    United States Department of Agriculture (USDA) Forage Animal Production Research Unit (FAPRU) - Lexington, KY
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to issue a Request for Proposal (RFP) for the construction of a two-story, 39,000 square foot research facility for the United States Department of Agriculture (USDA) on the University of Kentucky campus in Lexington, Kentucky. This facility will support the USDA-ARS mission to enhance the sustainability and profitability of forage-based livestock enterprises, featuring laboratory and office spaces, collaboration areas, and specialized installations such as chemical fume hoods and walk-in cold storage. The anticipated contract, valued between $25 million and $100 million, is expected to be awarded as a Firm-Fixed-Price (FFP) contract, with the solicitation release anticipated around January 9, 2026, and proposals due by February 24, 2026. Interested parties should contact Jacob Pridemore at jacob.s.pridemore@usace.army.mil for further details.
    Construct USDA-ARS Auburn Lab Auburn, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of a state-of-the-art laboratory building and associated site utilities at the USDA-ARS Research Park in Auburn, Alabama. This project involves relocating the National Soil Dynamics Research Unit (SDRU) from Auburn University to the new facility, which may also include optional features such as a lab annex, greenhouse, and other related buildings. The procurement is crucial for advancing agricultural research capabilities and enhancing the USDA's operational efficiency. Interested contractors can reach out to Paul Adamo at Paul.M.Adamo@usace.army.mil or Jillian Saffle at jillian.e.saffle@usace.army.mil for further details, with the site visit roster already uploaded to SAM.gov.
    W9127826SSN2511-MRDC O&M with Repair and Minor Construction
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Mobile District, is seeking information from potential contractors for a Firm-Fixed-Price contract to provide operation and maintenance (O&M) services, along with repair and minor construction, in support of the Defense Health Agency (DHA) Medical Research and Development Command (MRDC) at multiple locations. The contract will require 24/7 support for various medical, dental, pharmacy, and laboratory facilities, necessitating extensive knowledge of medical facility operations and compliance with Joint Commission standards. Interested contractors should note that this is a Sources Sought Notice for market research purposes only, with no solicitation currently available; responses are due by December 8, 2025, and inquiries can be directed to Tiffany Williams at Tiffany.N.Williams@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    Two Phase Design Build IDIQ MATOC in Support of the Western Region
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is announcing a presolicitation for a Two Phase Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) to support the Defense Health Agency (DHA) program in the Western Region of the United States. This procurement aims to provide design-build and repair services for military healthcare and research laboratory facilities, focusing on architectural, mechanical, electrical, instrumentation, security, and safety areas, with a total contract capacity of $249 million. The solicitation will be available on or around January 12, 2026, and interested contractors must be registered in SAM.gov to access the solicitation documents via the Procurement Integrated Enterprise Environment (PIEE) website. For further inquiries, potential bidders can contact LaRhonda Archie at larhonda.m.archie@usace.army.mil or the CT-M Inbox at ct-cproposals-medcom@usace.army.mil.
    USPFO Hazardous Material Building Repair
    Dept Of Defense
    The Department of Defense, through the Army National Guard, is soliciting proposals for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project entails significant renovations, including the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and replacement of hazardous material signage, all to be completed within 90 calendar days of the Notice to Proceed. This procurement is crucial for maintaining safety and compliance with federal and territorial building codes, ensuring the facility meets operational standards. The estimated contract value is $45 million, and interested small businesses must direct inquiries to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868, with a site visit scheduled for December 16, 2025.
    Y810 Maintenance Building Construction
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking proposals for the construction of a Y810 Maintenance Building in Aiken, South Carolina. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and aims to fulfill essential infrastructure needs for military operations. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with no other transmission methods accepted. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award consideration, and they can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or call 843-329-8045 for further information.
    RENOVATE B110
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Savannah District, is preparing to issue a Request for Proposal (RFP) for the renovation of Building 110 at Robins Air Force Base in Georgia. This project involves significant renovations, including the upgrade of two hangar wings and administrative spaces, site improvements, lead-based paint and asbestos abatement, as well as enhancements to HVAC, electrical, and plumbing systems. The contract, which is a 100% Small Business Set-Aside under NAICS code 236220, is expected to have a construction magnitude between $25 million and $100 million, with a performance period not exceeding 1850 calendar days. Interested contractors should note that the anticipated solicitation release is around February 6, 2026, with bids due by March 6, 2026, and must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. For further inquiries, contact Tatjana Fisher at tatjana.m.fisher@usace.army.mil or Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil.
    Dorm 742 Renovation
    Dept Of Defense
    The Department of Defense, through the 341st Contracting Squadron, is seeking sources for the renovation of Dormitory 742 at Malmstrom Air Force Base in Montana. This construction project, estimated to exceed $10 million, will encompass a range of work including asbestos abatement, mold remediation, landscaping, structural and architectural improvements, as well as fire suppression and mechanical/electrical upgrades. The project is crucial for enhancing living conditions and ensuring safety standards in the facility, which was originally designed in 1954 and has undergone previous renovations in 1996 and 2008. Interested small business concerns, including 8(a), HUBZone, Woman Owned Small Business (WOSB), and Service-Disabled Veteran Owned Business (SDVOSB), must demonstrate their capability to perform the work and hold necessary certifications for Montana. Responses are due by 2:00 PM Mountain Time on December 18, 2025, and should be directed to Branden Lawson at branden.lawson@us.af.mil or Jillian Urick at jillian.urick@us.af.mil.
    Repair MWD Kennel Interior, Facility 1030 at Joint Base Langley - Eustis (JBLE), VA
    Dept Of Defense
    The Department of Defense is soliciting bids for the repair of the Military Working Dog (MWD) Kennel Interior at Facility 1030, Joint Base Langley-Eustis (JBLE), Virginia. The project aims to completely overhaul the existing Heating, Ventilation, and Air Conditioning (HVAC) system and expand individual kennel cells to meet the requirements outlined in the Kennel Design Guide, addressing critical health and odor concerns. This renovation is vital for ensuring the well-being of military working dogs and maintaining operational standards at the facility. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with a pre-bid site visit scheduled for January 6, 2026, and bids due by January 22, 2026. For further inquiries, contact Callie J Compton at callie.compton@us.af.mil or 757-764-7228.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.