Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 31, 2024 SAM #8374
SOLICITATION NOTICE

Y -- Pre-Solicitation Synopsis Department of State Bureau of Overseas Building Operations 2025 Design-Build Construction Contract for a new CAA Addition to the Nairobi, Kenya Embassy Compound

Notice Date
10/29/2024 12:48:47 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM24R0188
 
Response Due
11/15/2024 12:00:00 PM
 
Archive Date
11/30/2024
 
Point of Contact
Jose Vasquez, Blondell Taylor
 
E-Mail Address
vasquezj4@state.gov, taylorbk2@state.gov
(vasquezj4@state.gov, taylorbk2@state.gov)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � Pre-Solicitation Synopsis � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �19AQMM24R0188 Department of State Bureau of Overseas Building Operations 2025 Design-Build Construction Contract� for�A new CAA Annex to the Nairobi, Kenya Embassy Compound. 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 a new Controlled Access Area (CAA) Annex at the Embassy Compound in Nairobi, Kenya. The Project is described below. OBO seeks to commission our nation�s top constructors to produce facilities of outstanding quality and value.�� Project Description: Property Description:� The existing Embassy site in Nairobi, Kenya is approximately 67,178m2 and located in the Gigiri District, north of Nairobi center. The principal office buildings supporting the Embassy of the United States in Nairobi, Kenya are the Chancery (NOB1), and the Former USAID Office Annex (NOB2). OBO recently completed construction of a New Office Annex/Maintenance Shops and Support Annex (NOX/SPX) to address mission collocation requirements. The 12,500 GSM CAA Annex will be located at the vacant northeast ��corner� between NOB1 and NOB2. Summary of Project Scope: This project consists of a new CAA Annex connected to NOB1. The CAA Annex will be six (6) levels, including one (1) below grade, and five (5) above grade office levels. The CAA Annex will include new offices, meeting rooms, support spaces, and a new lobby. The project will include site and security improvements adjacent to the CAA Annex. Estimated Design/Build Construction Cost: $175 - $250 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 on or about November 18, 2024. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c5dd22ba81034aefa0bdb1f997a59122/view)
 
Record
SN07251459-F 20241031/241029230101 (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 |
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.