Two-Phase Design Build Peruvian Navy Infrastructure Construction Requirements, Phase 1A, Callao Naval Base, Lima, Peru
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT MOBILEMOBILE, AL, 36628-0001, USA

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Two-Phase Design Build Peruvian Navy Infrastructure Construction Requirements, Phase 1A, at Callao Naval Base in Lima, Peru. This procurement is for the construction of miscellaneous buildings. For more information, please refer to the attached PDF of the Industry Day presentation and sign-in sheet.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) presented construction opportunities for contractors focusing on various upcoming projects in Peru, including specific details on requirements, timelines, and submission processes. They highlighted the significance of compliance with local regulations, especially noting that the Peruvian government might reject contractors from neighboring countries. Contractors were advised to register with necessary platforms and obtain specific codes to facilitate their bidding process while adhering to specified bonding and insurance requirements.
    The document lists attendees from the Industry Day held at Centro Naval de San Borja on March 13, 2023, including representatives from various construction and engineering companies. Notable companies represented include AECOM, SACEEM, and Acciona, among others, with some individuals providing contact emails and signatures. The attendance reflects a diverse selection of professionals involved in the industry, emphasizing collaborative engagements.
    Similar Opportunities
    ARMED FORCES OF THE PHILIPPINES SUBIC 150-METER PIER PLANNING.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center, is seeking planning and estimating services for the construction of a 150-meter pier for the Philippine Navy at Subic Bay, Philippines. The procurement aims to provide logistical and programmatic support, including site surveys, engineering design, and project management, while ensuring compliance with legal and regulatory standards. This project is part of Foreign Military Sales (FMS) Case PI-P-GPH and is critical for enhancing the operational capabilities of the Philippine Navy. Interested parties must submit their offers by September 20, 2024, with the anticipated award date set for October 1, 2024, and delivery expected between October 2024 and January 2025. For inquiries, contact Matthew Brace at matthew.brace@navy.mil.
    Diego Garcia DB/DBB MACC Amendment 0001 and Phase One Notice 1
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM FAR EAST, is soliciting proposals for the Diego Garcia DB/DBB MACC Amendment 0001 and Phase One Notice 1. This opportunity involves the repair or alteration of miscellaneous buildings, classified under the NAICS code 236220, which pertains to commercial and institutional building construction. The solicitation has been amended to extend the deadline for Phase One proposals to October 7, 2024, at 3:30 PM Japan Standard Time, with inquiries addressed to Janeen Bais at janeen.m.bais.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil. Interested parties should note that the solicitation remains unchanged unless formally amended in writing.
    N33191-24-R-0031 Design-Build (D-B) Construct Maintenance Facility and Technical Training Center in Djibouti
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build contract to construct a Maintenance Facility and Technical Training Center in Djibouti. The project aims to enhance military readiness and operational capabilities by providing a facility that supports training for medical equipment maintenance, with a focus on compliance with both American and Djiboutian regulations. The estimated project cost ranges from $100,000 to $250,000, and proposals must be submitted electronically by October 1, 2024. Interested contractors should contact Anna Gulewich at anna.l.gulewich.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details.
    Phase 1 RFP W912DW-24-R-0028 Design-Build P202 Parachute Survival Training Facility, Joint Base Lewis-McChord, Washington
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build of the P202 Parachute Survival Training Facility at Joint Base Lewis-McChord, Washington, under Phase 1 of a two-phase project. This procurement aims to construct a facility that will enhance parachute survival training capabilities for military personnel, ensuring they receive the necessary training in a specialized environment. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details, as amendments to the solicitation have already been issued.
    PACIFIC DETERRENCE INITIATIVE MULTIPLE AWARD CONSTRUCTION CONTRACT, VARIOUS LOCATIONS, INDO-PACIFIC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Pacific (NAVFAC Pacific), is soliciting proposals for the Pacific Deterrence Initiative Multiple Award Construction Contract (PDI MACC) aimed at supporting various construction projects across the Indo-Pacific region. This procurement seeks to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a total value of up to $15 billion, for a range of construction services including design-build and renovation of military facilities such as wharves, runways, and fuel storage. The initiative underscores the U.S. government's commitment to enhancing military infrastructure and readiness in strategic locations, with task orders expected to range from $20 million to $2 billion. Interested contractors must submit their proposals by September 25, 2024, and can direct inquiries to Jennifer Hue at jennifer.m.hue.civ@us.navy.mil or Erin Hoe at erin.y.hoe.civ@us.navy.mil.
    Y--IDIQ MACC for NS Guantanamo Bay, Cuba
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction work at Naval Station Guantanamo Bay, Cuba. The contract will include new construction, renovation, alteration, demolition, and repair work for various types of buildings and facilities. The total value of all contracts to be awarded is $240,000,000 maximum over the base year and all four option periods combined. Task orders will range from $150,000 to $15,000,000 per order. The source selection method is a best value continuum process in a negotiated two-phase acquisition. Interested firms with specialized experience and qualifications are invited to participate. The solicitation will be available for download from Federal Business Opportunities (FedBizOpps) website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    WPAFB NAMRU-D Lab Support Building
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Louisville District is seeking bids for the construction of a 12,300 square-foot pre-engineered metal building laboratory support facility at Wright-Patterson Air Force Base (WPAFB), Ohio. This Design-Bid-Build project aims to provide essential laboratory support infrastructure, adhering to rigorous safety and quality standards across multiple engineering disciplines, including civil, structural, and mechanical systems. The contract, estimated to range between $5 million and $10 million, is a Firm-Fixed-Price (FFP) procurement with a performance period of 595 calendar days from the Notice to Proceed. Interested contractors must submit their sealed bids electronically by October 8, 2024, and are encouraged to contact Contract Specialist Ranzel L. Merideth at Ranzel.L.Merideth@usace.army.mil for further information.
    Y--Design-Bid-Build (DBB) P-106, Submarine Propulsor Manufacturing Support Facility, Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is seeking Design-Bid-Build (DBB) services for the Submarine Propulsor Manufacturing Support Facility in Philadelphia Navy Yard (PNY), Philadelphia, Pennsylvania. This notice is a sources sought notice to determine the availability of commercially available security equipment with equivalent specifications to the LENEL systems described in the attachments. The purpose of this notice is to conduct market research and gather information from potential sources. Interested vendors are requested to submit a brief capabilities statement package demonstrating their ability to provide the required security equipment. Responses are due by Friday, 01 March 2019 at 2:00 PM Eastern Time.
    USACE SPK DBB Construction – DLA SIAD Improvements, Repairs, and Fencing Canopy – Sierra Army Depot, Herlong, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking small business firms for a potential design-bid-build (DBB) construction project aimed at improving and repairing the Defense Logistics Agency (DLA) Disposition Services facility at Sierra Army Depot in Herlong, California. The project scope includes extensive renovations of existing pre-engineered metal buildings, site improvements, and the installation of new systems, with an estimated construction timeline of 730 calendar days. The anticipated contract value ranges between $10 million and $25 million, with a firm-fixed-price solicitation expected around November 2024 and an award projected for February 2025. Interested contractors are encouraged to submit capability statements to Constantinos Laliotitis at constantinos.laliotitis@usace.army.mil by 11:00 a.m. PDT on September 30, 2024.
    Phase 4-Johnsontown Closure Vault
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is soliciting proposals for the Phase 4-Johnsontown Closure Vault project. This procurement involves construction services categorized under Other Heavy and Civil Engineering Construction, focusing on the construction of miscellaneous buildings. The successful contractor will play a crucial role in ensuring the integrity and functionality of the closure vault, which is essential for maintaining operational standards. Interested parties can find more details by logging into the PIEE system and searching for the solicitation number W912QR42204152. For inquiries, Amber Drones can be contacted at amber.l.drones@usace.army.mil or by phone at 502-315-6479.