SOURCES SOUGHT
Y -- Department of State 2022 Design-Build Construction Contract for Curacao New Consulate Compound (NCC)
- Notice Date
- 9/20/2022 10:15:01 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM22R0218
- Response Due
- 10/20/2022 12:00:00 PM
- Archive Date
- 11/20/2022
- Point of Contact
- Michael Howard, Jillian Savage
- E-Mail Address
-
HowardMF@state.gov, savagejm@state.gov
(HowardMF@state.gov, savagejm@state.gov)
- Description
- 19AQMM22R0218 Department of State 2022 Design-Build Construction Contract for Curacao New Consulate Compound (NCC) Notice of Solicitation of Submissions for Contractor Eligibility THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO) is requesting submissions for Design-Build Construction Services for the construction of a New Consulate Compound (NCC) in Curacao.� The Project is described below.� OBO seeks to commission our nation�s top constructors to produce facilities of outstanding quality and value.� This project is available for full and open competition. 1.� Project Description (Secret Facility and Personnel Security Clearance Required) 19AQMM22R0218: Curacao NCC Project: Project Site: ��The Curacao New Consulate Compound (NCC) project includes the design/build construction of a New Consulate Office Building (approx. 7,166 m2, including shell space for a future Marine Residence), On-Site Storage/Shops (approx. 1,091 m2), a combined Main/Consular Compound Access Control Service Compound Access Control building (totaling approx. 638 m2), Utility Building approx. 606 m2), Perimeter and Site Improvements.� Property Description: The NCC site includes the existing consulate compound and recently acquired adjacent properties.� The expanded site is irregular in shape with the southern portion sloping steeply down toward the city below. Approximately 6.7 acres in size, it is in the Scharloo section of Curacao.� The site contains historically significant structures that will be incorporated into the NCC design. Estimated construction cost:� $130 � 165 million NOTE: To demonstrate performance of similar construction work, the offeror needs to provide information demonstrating that it has successfully completed a construction contract or subcontract involving work of the same general type and complexity as the solicited project and having a contract or subcontract value of at least $97,500,000 million.� See Section 3 below. 2.� Project Solicitation The project solicitation will consist of two phases.� Phase I � Minimum Mandatory Requirements of Offerors This announcement of solicitation of Minimum Mandatory Requirements submissions is Phase I.� The Department of State (DOS) will evaluate the eligibility of firms based on their submissions based on the evaluation criteria set forth below. Phase II � Requests for Proposals from Eligible Offerors Those Offerors determined to be eligible in accordance with this notice will be issued a formal Request for Proposal (RFP) for the project and invited to participate in a site visit and submit technical and pricing proposals in Phase II.� Phase II proposals will provide pricing for the design-build construction. The contract will be �firm fixed-price.�� Construction services will include providing construction labor and materials to execute the design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project.� Required services include preparation of construction documents, quality control plans, safety plans, project schedules and project close-out activities. The Phase I eligible Offerors will be required to participate in a visit to the project site, anticipated to be within 10 to 15 days after the issuance of the Phase II RFP depending on travel and access restrictions.� The selected D/B Contractor�s Architect/Engineer will be the �Designer of Record� and responsible for completing the construction drawings and specifications in accordance with the solicitation documentation provided.� The contract will be �firm fixed-price.�� Construction services will include providing construction labor and materials to execute the OBO-accepted design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project.� Required services include preparation of construction documents, quality control plans, safety plans, project schedules, cost estimates, and project close-out activities. The types of design services to be provided may include: architecture; civil, structural, geo-technical, seismic, blast, mechanical, electrical, telecommunication, and fire protection engineering; sustainable design, energy conservation, energy modeling, photo-voltaic systems, pollution prevention, and use of recovered materials; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; potable water treatment and waste water treatment; food service design; vertical transportation; lighting design; landscape design; design and construction scheduling; cost estimating; value engineering; and administrative coordination of the various disciplines involved.� Additionally, the successful offeror may be required to have an approved local design consultant.� The RFP will require the D/B contractor to complete all design and engineering documents based on the project specific design direction that will be provided in the RFP design requirements.� The Government will provide bridging level design documents that will include, at a minimum, a site utilization plan; building massing and exterior elevations; space and requirements standards, organizational relationships, space requirements program; building utilities and infrastructure design; and supporting narratives, where applicable. Firms submitting information for Phase I Minimum Mandatory Requirements shall address the following criteria in the proposal to provide design and construction services.� 3.� DETAILED INSTRUCTIONS Submission Requirements for Phase I, Minimum Mandatory Requirements of Offerors:� The Offeror shall submit sufficient documentation to allow DOS to determine if offeror meets required criteria listed.� Submissions that are missing the required information or otherwise do not comply with the submission requirements may be eliminated from consideration at the Contracting Officer�s determination.� Copies.� Provide one electronic copy in PDF format. 3A Technical Capability. To demonstrate performance of similar construction work, the offeror needs to provide information demonstrating that it has successfully completed a construction contract(s) or subcontract involving work of the same general size, type, and complexity as the solicited project and having a contract or subcontract value of at least $97,500,000 million.� The value of the construction contract or subcontract offered to demonstrate performance will not be adjusted for inflation, currency fluctuation, or any other market forces. To be considered similar in size, project(s) must exceed $97,500,000 in initial construction award amount and be completed in the last ten (10) years. To be considered similar in type, project(s) must include new construction and should represent institutional, civic and/or governmental facilities, campuses or compounds. To be considered similar in complexity, project(s) must include work as the General Contractor (or subcontractor) performing in a new multi-functional government, civic, educational or other institutional use buildings or compounds.� At least one project shall be D/B (Design Build). Definitions: �PERFORMED��This term refers to projects that have been fully completed by the prospective offeror and accepted by the owner or other party to the transaction.� Projects still in progress have not yet been �performed� for purposes of this definition. �ADMINISTRATIVE AND TECHNICAL, PROFESSIONAL, OR CONSTRUCTION SERVICES��These terms refer to the kind of work in which the prospective offeror is interested.� If the proposed contract is for construction management services, the prospective offeror will be expected to demonstrate construction management experience.� In general, �administrative� means the capacity or ability to manage; �technical� means the specific skills peculiar to the type of work required; �professional� means expert services resulting from advanced training in the type of work required; and �construction� experience if it has not directly performed all of the actual construction activities.� Thus, an entity whose only construction work experience was performed by its legally distinct subsidiary or parent will not be considered to have construction experience. �COMPLEXITY��This term refers to the physical and technical size and demands of the project. �Project(s) must include work as the General Contractor (or subcontractor) performing in a new multi-functional government, civic, educational or other institutional use buildings or compounds.� �TYPE OF CONSTRUCTION��This term refers to the overall nature of the facilities to be built, including the kinds of materials to be used.� Thus, if the contract will require the construction of a multi-story office building, the prospective offeror will be expected to demonstrate experience with facilities of this type. Project(s) must include new construction and should represent institutional, civic and/or governmental facilities, campuses or compounds �VALUE��This term refers to the total contract price of the project, not to the profit or loss to the contractor. Project(s) must exceed $97,500.00 in initial construction award amount and be completed in the last ten (10) years. In the submission, offerors are to list one or more similar projects completed by the prospective offeror.� For each project, provide the following information: ����������� Location:___________________________________(city and state) ����������� Type of service:_____________________________(administrative, etc.) ����������� Complexity:________________________________(office building, etc.) ����������� Type of construction:_____________________������������������ ����������� Value of project:_________________���������������������������������� If the prospective offeror�s participation was as a partner or co-venturer, indicate the percentage of the project performed by the prospective offeror:__________. 3.B.� Security Clearance Requirement.� For Phase I, firm(s) must possess a Defense Counterintelligence and Security Agency (DCSA) Secret facility security clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M.� Offerors possessing the necessary FCL must submit their appropriate Commercial and Government Entity (CAGE) Code, facility clearance and safeguarding level in response to this announcement. In order to move to Phase II and receive all of the Request for Proposal (RFP) documents,firm(s) must possess a Secret FCL with Secret safeguarding capability. NOTICE: The successful offeror selected for contract award must possess or obtain an Information System (IS) approved by DCSA for processing classified information up to the Secret level.� Performance on this contract will require access to the Department�s ProjNet-C, for receipt and transmission of all classified information, and a DCSA approved classified IS for processing classified information. NOTE:� For Purposes of Phase I, the Offeror, to include a de facto JV, must have a valid SAM registration in the name of the Offeror (to include the JV and/or de facto JV) at the time of Phase I proposal submission. Organizations that wish to rely upon the experience or financial resources of any other legally related entity or organization, including parent companies, subsidiaries, or other related firms, must do so by way of a JV or a �de facto� JV. In cases of a �de facto� JV where no formal joint venture agreement is in place, the parties must agree, in writing, to be jointly and severable liable for performance of any contract awarded.� Offerors, including any offeror organized as a joint venture, to include a de facto joint venture, must have an active SAM registration at the time of Phase I proposal submission and throughout the procurement process. Any offeror whose registration is not active in SAM at the time of Phase I proposal submission will be excluded from the process and their proposals will not be evaluated. Furthermore, the JV or a �de facto� JV must possess the necessary FCL and submit their appropriate CAGE Code, facility clearance, and safeguarding level in response to this announcement. 4.�� Closing Deadline for Submissions ALL SUBMISSIONS MUST BE RECEIVED ON OR BEFORE 3:00 P.M. Eastern Time on October 20, 2022. Offeror must state the project on the cover of the submission. 19AQMM22R00218 Curacao NCC Project TRANSMISSION OF SUBMISSIONS: Electronic Submissions Authorized:� Jillian Savage (SavageJM@state.gov), and Mike Howard (HowardMF@state.gov) Email attachment(s) within a single email shall not exceed ten (10) megabytes (10MB). Multiple emails are authorized and encouraged. Please confirm receipt of all individual email submissions with the Contracting Officer/Specialist. REQUESTS FOR CLARIFICATIONS must be submitted in writing to Jillian Savage (SavageJM@state.gov), AND Alternates and Mike Howard (HowardMF@state.gov) by 12pm noon ET October 10th, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98547524b7b6496d86b9b393652262e0/view)
- Place of Performance
- Address: CUW
- Country: CUW
- Record
- SN06472813-F 20220922/220920230126 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |