SOLICITATION NOTICE
Y -- Pre-Solicitation Synopsis Department of State 2024 Design-Build Construction Contract for New Embassy Compound Bangui, Central African Republic
- Notice Date
- 2/6/2024 8:12:35 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM24R0022
- Response Due
- 2/27/2024 6:00:00 AM
- Archive Date
- 02/27/2024
- Point of Contact
- Alla Weinstein, Donald Abamonte
- E-Mail Address
-
weinsteinal@state.gov, AbamonteDJ@state.gov
(weinsteinal@state.gov, AbamonteDJ@state.gov)
- Description
- Pre-Solicitation Synopsis 19AQMM24R0022 Department of State 2024 Design-Build Construction Contract for New Embassy Compound Bangui, Central African Republic This is a Pre-Solicitation Notice � interested companies do NOT need to submit any documentation at this time. The solicitation for qualification packages will be posted on SAM.gov at a later date, please see below for further information. The U.S. Department of State (DOS), Office of the Procurement Executive (OPE) on behalf of the Bureau of Overseas Buildings Operations (OBO), has a requirement for Design-Build Construction Services for the New Embassy Compound (NEC) Bangui, Central African Republic. The Project is described below.� OBO seeks to commission our nation�s top constructors to produce facilities of outstanding quality and value.�� Summary of Project Scope: The NEC project includes the design/build construction of the following: New Office Building Three Campus Access Control buildings- Main (MCAC), Consular (CCAC), and Service (SCAC) Support Annex (SPX) with shops, vehicle maintenance, and warehouse Marine Security Guard Residence (MSGR) Staff Housing including DCM, CMR, and WPS Parking (PKG) Recreation Facility (REC) Helicopter Landing Zone (HLZ) Utility Building (UTL) Project Description: The NEC in Bangui, Central African Republic shall accommodate program requirements identified in the Space Requirements Program (SRP), including 119 desks and a chancery of 9,089 GSM. The total facility area for the entire project is estimated at 33,432 GSM. The existing US Embassy and other facilities will remain in operation during the Design/Build construction project. Property Site: The NEC site includes 14-acre parcel known as the �Independence� Property. The Independence parcel is a rectangular shaped semi-developed, with various structures and utilities that need to be demolished and/or relocated to accommodate new development. The site fronts a major north-south thoroughfare along one of only three existing paved roads in Bangui and on the most prominent commercial corridor in the city.� The NEC site sits close to the CAR National Assembly, the international financial center, Bangui�s sole high-end hotel and municipal office buildings. Estimated Design/Build Construction Cost: $460-$540 million. Award selection process/stages: The project solicitation will consist of two phases.� Phase I � Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Phase I.� DOS will evaluate the pre-qualification submissions based on the evaluation criteria set forth in the Phase I Sam.gov Announcement, to be posted at a later date as indicated below. The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions.� Phase II � Requests for Proposals from Pre-Qualified Offerors The Offerors determined to be pre-qualified in accordance with the Phase I Sam.gov notice will proceed to Phase II and be issued a formal Request for Proposal (RFP) for the project. These offerors will be 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 resulting contract will be �firm-fixed price.�� Construction services will include, but are not limited to, 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 pre-qualified Offerors participating in Phase II will be required to attend a pre-proposal conference at 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 in Phase II.� 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, pollution prevention, and use of recovered materials; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; 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 include bridging level design documents. The RFP and resulting contract 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 intends to implement formal Partnering on this project.�� ADDITIONAL INFORMATION: SAM registration is not required for purposes of prequalification (Phase I) but please note the pre-qualified entity shall be the same entity submitting a proposal in response to the �Request for Proposal in Phase II.� Prequalification is distinct from eligibility for contract award and the Omnibus Certification is distinct from the Security Clearance Requirements.� Specific requirements for security clearance and eligibility for award will be set forth in the Solicitation. To the extent the Offeror�anticipates�proposing two or more entities that meaningfully rely on related entities to perform under the contract and to meet the stated requirements of the Solicitation, the Offeror should be structured as a formal JV or prime/subcontractor and the Offeror itself (formal JV or Prime)�and�should be registered in SAM prior to proposal submission.�� Also, the Offeror itself should possess a security clearance�or be able to obtain one in accordance with the terms of the Solicitation�(NOTE:��Security clearance requirements are not the same as prequalifying as a �US Person� under the Diplomatic Security Act).��� Firms submitting information for Phase I qualification will be required to address the following criteria in the proposal to provide design and construction services. Facility Clearance Requirement: In order to be eligible for award, the successful offeror(s) must possess, or be eligible to obtain, a Defense Counterintelligence and Security Agency (DCSA) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M.� Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information.� Performance on the 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.� If an uncleared offeror from the Stage 2 short-list is recommended for selection, the Department of State will sponsor the uncleared firm for an FCL.� Firms which form joint ventures must also comply with the above FCL requirements.� Sponsorship does not guarantee that the firm will receive the clearance. Foreign firms are not eligible for FCLs.� Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances.� U.S. firms which are determined to be under Foreign Ownership, Control, or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DCSA) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level.� Estimated schedule: The solicitation, Stage 1 � Pre-qualification, is planned for release on SAM.gov in late February/March 2024.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0a580f0022924ba092bcde6c274e902c/view)
- Place of Performance
- Address: Bangui, CAF
- Country: CAF
- Country: CAF
- Record
- SN06956307-F 20240208/240206230045 (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 |