Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2002 FBO #0073
SOURCES SOUGHT

Y -- Construction Services for Construction of New Office Building (NOB) in Abuja, Nigeria

Notice Date
2/11/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, SA-6, 2nd Floor P.O. Box 9115, Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SALMEC-02-R0028
 
Response Due
3/28/2002
 
Archive Date
4/12/2002
 
Point of Contact
James Thomas, Contract Specialist, Phone 7038756016, Fax 7038756292, - Steve Rogers, Branch Chief, Phone 7038757320, Fax 7038756292,
 
E-Mail Address
thomasjg2@state.gov, rogersjs@state.gov
 
Description
THE OFFICE OF LOGISTICS MANAGEMENT ON BEHALF OF THE U.S. DEPARTMENT OF STATE (DOS), Overseas Buildings Operations (OBO) is seeking qualified construction firms for a new office building (NOB) compound in Abuja, Nigeria. The Chancery compound consists of the chancery and attendant facilities, and is configured to accommodate Department of State functions as well as tenant organizations such as Department of Defense, Commerce and Labor. The project will include the construction of the chancery and the attendant site facilities to include perimeter security, vehicular and pedestrian access control facilities, parking and other site amenities. The Chancery facilities and infrastructure will be located on a site of approximately 38,500 square meters in Abuja, Nigeria. THE CHANCERY COMPLEX WILL COMPRISE APPROXIMATELY 6,000 TO 7,000 GROSS SQ. M. (TOTAL OF ALL BUILDINGS). The construction cost is estimated in the range of $30 to $45 million. The contract period of performance is approximately 850 days. The contract type will be a firm fixed-price construction contract. The Governments Architect of Record will perform all design. The project solicitation will consist of two (2) phases. This solicitation is for Phase One only. Resulting from the evaluations of submitals for Phase One, a total of three (3) to five (5) firms will be pre-qualified to continue to Phase Two to submit proposals. The objective of the Government is to award a construction contract to one contractor in sufficient time to start construction before September 30, 2002. THE PROJECT IS DESIGNED AND WILL BE CONSTRUCTED IN HARD METRIC (SYSTEM INTERNATIONAL) UNITS. The scope of construction services under this proposed contract will include: Total construction skills and services to construct a fully finished, functional and operational US Embassy in Abuja, in accordance with construction documents prepared by the Governments Architect of Record and approved by OBO; on site organization and lines of authority to ensure overall project coordination; daily management oversight and coordination with US Government on-site staff, Architect-Engineer representatives, subcontractors, equipment suppliers, materials managers, job site meetings, and submittals from initiation to turnover; quality control and assurance program; and construction scheduling to provide overall control throughout the life of the project. THE PRE-QUALIFIED FIRMS INCLUDING ALL ENTITIES WHICH COMPRISE A JOINT VENTURE must possess or be able to obtain prior to receipt of the Phase Two RFP solicitation an active Department of Defense (DOD) Secret Facility Security Clearance (FCL) with a secret safeguarding capability in accordance with the National Industrial Security Operating Manual (NISPOM), DOD 5220.22-M. Appropriately cleared (Secret or Interim Secret) personnel will also be required for this project. DOS will sponsor firms requiring a clearance for an FCL at the time they are selected as a pre-qualified firm. Sponsorship does not guarantee that a firm will receive the clearance. The Government will not be obligated to provide classified RFP documents, to extend its solicitation schedule, or to make an award to a sponsored pre-qualified firm if that firm has not been issued an FCL within 90 days of notification of their pre-qualification. TO BE CONSIDERED FOR PRE-QUALIFICATION FIRMS must meet the definition of a United States person of Public Law 99-399, Section 402 thereof, as follows: (1) be legally organized in the United States for more than 5 years prior to the issuance of the solicitation; (2) have its principal place of business in the United States; (3) have performed within the United States administrative, technical, professional, or construction services similar in complexity, type of construction, and value of the project(s) being solicited ; (4) employ U. S. citizens in at least 80% of principal management positions in the U.S., employ U.S. citizens in more than 50% of its permanent, full-time positions in the U.S., and will employee U.S. citizens in at least 80% of the supervisory positions on the NOB project site; (5) have existing technical and financial resources in the U.S. to perform the contract; and (6) have no business dealings with Libya. Firms not meeting the United States persons requirement will not be considered for pre-qualification. The term qualified United States joint venture person means a joint venture in which a United States person owns at least 51% of the assets of the joint venture. FIRMS RESPONDING TO THIS ANNOUNCEMENT ON OR BEFORE THE CLOSING DATE will be considered for pre-qualification using the following evaluation criteria: (1) TECHNICAL APPROACH [criteria (a) and (b) are listed in descending order of importance]: (a) Business management plan for construction projects of similar scope and complexity that explains the offerors methodology for decision making, personnel management, team approach, quality control and assurance program in the execution of contract scope, schedule establishment, cost control and administration; (b) Demonstrate compliance with U.S. Federal Acquisition Regulations concerning the inclusion of small businesses, small disadvantaged businesses and women-owned small businesses in subcontracting programs by providing SF-295 Summary Subcontract Reports, three minimum, for the past five years and a point of contact at the contract administration office. (2) TECHNICAL QUALIFICATIONS [criteria (a) through (e) are listed in descending order of importance]: (a) Describe professional qualifications, specialized experience, and technical competence in the construction of projects of similar scope, size and complexity. (b) Provide record of performing work on schedule while maintaining effective cost and quality control. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness by indicating the planned and actual construction schedules; construction contract award amounts; number and total dollar amount of change orders; number of claims, if any, and the originally claimed amount and the amount of the final settlement; and final contract amount. (c) Demonstrated success in the construction of physical and technical security systems. (d) Demonstrated capability and experience with overseas construction projects and knowledge of the complexities of working abroad including use of local laws and practices, material and labor issues, customs and importation processes, etc. (e) Demonstrated excellence on construction projects of similar scope, size and complexity. Failure to address each of the foregoing criteria in writing will result in failure to pre-qualify. The responses to criteria (2a) through (2e) shall be based on no fewer than three (3) recent and similar type projects for which the firm shall provide the owners names, addresses, telephone numbers, and contact persons. As a means of verification of their ability to meet each of the aforementioned criteria, firms that meet the requirements described in this announcement are invited to submit five (5) copies of the following for Phase One: (a) Technical Approach (b) Technical Qualifications for proposed project personnel (c) Statement of qualifications (U.S. Person) for purposes of Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 P.L. 99-399 (questionnaire forms are available by FAX see below), (d) Construction portfolios which illustrate the firms capabilities. FIRMS THAT SUBMITTED A PRE-QUALIFICATION PACKAGE FOR PROJECTS OF SIMILAR SCOPE, SIZE, COMPLEXITY AND VALUE DURING FY 2001 and were successfully pre-qualified by the OBO technical panel need not resubmit their pre-qualification package under this announcement. If interested, the previously pre-qualified offerors must send the POC a letter of interest prior to the closure date of this solicitation that indicates they are requesting pre-qualification for this project. However, if any changes have occurred in a companys structure or size status since the submission of the original pre-qualification package the offeror must identify the change(s) in the letter for the government to review and evaluate. The government will determine if such changes are acceptable. Offerors must ensure that they cite the RFP number of the previous pre-qualification solicitation and what specific changes were made since pre-qualification. A change by the contractor must be sent for evaluation to this office regardless of how minor the offeror may believe it is. If no changes have occurred since pre-qualification the offeror must state this in the letter of interest. Offerors are reminded that the letter of interest is due prior to the closure time and date of this solicitation otherwise the offeror will not be evaluated for pre-qualification for this project. THIS IS A SOLICITATION FOR PHASE ONE ONLY. Based on scoring and evaluations of proposals received under this Phase One solicitation, the government will select the three (3) to five (5) most qualified firms to participate in Phase Two. Five copies of offerors Phase One submittal must be received by 4:00 p.m. local time, Attn: Mr. James G. Thomas Jr., on March 28, 2002. DO NOT USE THE U.S. Postal mailing address. SEND ALL PROPOSALS via FedEx, DHL, Courier or Express mail TO: Department of State, A/LM/AQM/FDCD/CON, Room L-600, ATTN: Mr. James G. Thomas Jr., 1701 N. Ft. Myer Dr., 17th Street entrance, Arlington, VA 22209. Request for questionnaire forms and requests for clarification must be submitted in writing to Mr. James G. Thomas Jr., Telephone Number (703) 875-6016, Fax : (703) 875-6292, e-mail: ThomasJG2@state.gov.
 
Place of Performance
Address: Abuja, Nigeria
Country: Nigeria
 
Record
SN00025120-W 20020213/020211213401 (fbodaily.com)
 
Source
FedBizOpps.gov 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.