COMMERCE BUSINESS DAILY ISSUE OF MARCH 1, 2001 PSA #2798
SOLICITATIONS
Y -- CONSTRUCTION OF NEW OFFICE BUILDINGS IN YEREVAN, ARMENIA, SOFIA, BULGARIA AND ABIDJAN, IVROY, COAST
- Notice Date
- February 27, 2001
- Contracting Office
- Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244
- ZIP Code
- 22219-0244
- Solicitation Number
- S-ALMEC-01-R-0001
- Response Due
- March 23, 2001
- Point of Contact
- James Kimmel (703)875-6276 facsimile (703)875-6292
- E-Mail Address
- Contracting Officer (kimmeljk@state.gov)
- Description
- The U.S. Department of State (DOS), Office of Foreign Buildings Operations (FBO) is seeking qualified design/build firms for new office buildings (NOB) in Yerevan, Armenia, Sofia, Bulgaria, and Abidjan, Ivory Coast. Each NOB project will consist of designing and constructing a Chancery building that will accommodate Department of State functions as well as tenant organizations. Each NOB project will include the construction of the Chancery and associated facilities to include General Services Offices (GSO), maintenance and warehouse facilities; perimeter security; vehicular and pedestrian access control facilities; parking; and other site amenities. The project in Abidjan will also include a Marine Security Guard Quarters (MSGQ), and the projects in Yerevan and Sofia will include options to design and construct MSGQ. The approximate building site areas, estimated building areas ,and estimated design/build costs are as follows: Yerevan, Armenia: Site: 80,000 square meters; buildings area : 17,100 square meters; Estimated design/build cost: $56 to $69 million: Sofia, Bulgaria: Site: 38,400 square meters; building area: 16,900square meters; Estimated design/build cost: $62 to $76 million: Abidjan, Ivory Coast: Site: 34,400 square meters; building area: 23,700 square meters; Estimated design/build cost: $71 to $86 million. Time is of the essence to design and construct the projects, which shall be executed simultaneously in no more than 42 months. The criteria package for each project (Statement of Work) issued with the RFP will include architectural and engineering drawings; performance and prescriptive specifications prepared using the Design Build Institute of America (DBIA) and Construction Specification Institute (CSI) developed software PerSpective; space requirements program; and reliability centered maintenance requirements and supporting technical narratives and sketches for each discipline; preliminary calculations for each discipline; Leadership in Energy and Environmental Design (LEED ) rating documentation. Specific design direction will by provided by FBO for each project's master plan; building massing and exterior elevations; interior plan layouts; building infrastructures including raised access floor with modular underfloor air, power, voice and data systems, demountable partitions, modular ceiling and lighting design for the NOB; standardized designs of major building functional areas; structural systems; and mechanical, electrical and plumbing (MEP) systems. U. S. Government codes and requirements, to include Uniform Federal Accessibility Standards (UFAS) and sustainable design, as well as the applicable laws, codes and standards of the respective NOB countries (whichever are more stringent) will apply. The NOB's will be designed and constructed in hard metric (System International) units. The design will be submitted in AutoCad R14 files in DOS format. The design/build firm shall be the "Designer of Record." The design/build firm will be responsible for developing 60% and 100% working drawings and specifications in accordance with the solicitation. The contract type is firm fixed price. DOS reserves the right to award one contract to a single contractor or up to three contracts, each to a different contractor, to design and construct the projects depending on the best value to DOS, in accordance with the evaluation criteria in the solicitation. The project solicitation will consist of two phases. This solicitation is for Phase One. As a result of evaluations of proposals for Phase One, from three to five firms will be pre-qualified to submit proposals for each of the NOB projects. The total number of firms pre-qualified will depend on the number of contractors pre-qualified to submit proposals for more than one project. The objective of the Government is to award the design/build contract(s) for these projects before September 30, 2001. Because of this time constraint it is anticipated that the pre-qualified firms will be required to participate in visits to the project sites prior to the issuance of the design/build solicitation. To partially offset the cost of these visits and other related costs, pre-qualified firms that do not receive a design build/award will be paid $25,000 for each responsive project proposal they submit in Phase Two. The pre-qualified firms, including all entities which comprise a joint venture, must possess or be able to obtain, prior to receipt of the RFP solicitation, an active Department of Defense (DoD) Secret Facility Security Clearance (FCL) with 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 a 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 extend its solicitation schedule if any of the sponsored pre-qualified firms have 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. DOS intends to enter into a partnering agreement(s) with the selected contractor(s). Firms responding to this announcement on or before the closing date should indicate whether they are requesting pre-qualification and determination as a U.S. person for one, two, or three of the projects, and, if applicable, for which of the projects they are seeking pre-qualification. Firms responding will be considered for pre-qualification using the following evaluation criteria 100 points maximum: (1) TECHNICAL APPROACH (criteria a-c are listed in descending order of importance): (a) Business management plan for a design/build project that explains the offeror's methodology for decision making, personnel management, team approach, quality control and assurance program, etc. in the execution of contract scope, schedule establishment and cost control and administration, and projected capacity; (b) , by providing references, demonstrate the necessary financial capability and resources and ability to obtain 100 percent performance and $2.5 million payment bonds for each project from sureties listed on U.S. Department of Treasury Circular 570 to perform a contract to design and construct one, two or three of the projects . (c) demonstrate by providing examples, three minimum, of compliance with U.S. Federal Acquisition Regulations concerning inclusion of small businesses, small disadvantaged businesses, and women-owned businesses in subcontracting programs. Based on its determination to be a U.S. person and its financial capabilities, a firm will be pre-qualified to perform a contract for one, two or three of the projects, (2) TECHNICAL QUALIFICATIONS (criteria a-g is listed in descending order of importance): (a) Professional qualifications, specialized experience, and technical competence of the designers and construction contractor in the design and construction of projects of similar significance, scope and complexity (b) Demonstrated 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 design/build schedule ; design/build contract award amount; 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 ability to design and construct integrated building systems that have included raised floor systems with underfloor power, telecommunications and HVAC systems. (d) Demonstrated success in the design and construction of physical security measures and technical security systems. (e) Demonstrated design/build team success and commitment to whole-building performance, including understanding of federal building energy efficiency requirements and the requirements and application of the LEED rating system (f) Demonstrated capability and experience of design/build team with overseas projects and knowledge of the complexities of working abroad including local laws and practices, material and labor issues, customs and importation processes, etc. (g) Demonstrated design excellence on design/build projects of similar significance, size and complexity. Emphasis should be placed on the design portfolio of the lead designer and primary design firm. Failure to address each of the foregoing criteria in writing will result in failure to pre-qualify. The responses to criteria (2) a through (2) g ,above, shall be based on no fewer than three recent and preferably, similar type projects, for which the firm shall provide the owners' names, addresses, telephone numbers, and contact persons . As a means of verification of your ability to meet each of the aforementioned criteria, firms are invited to submit two copies of the following for Phase One: (a) Technical Approach; (b) Technical Qualifications for proposed project personnel to include Standard Forms 254 and 255; (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), and (d) Design/build portfolios which illustrate the proposed design/build team's capabilities. This is a solicitation for Phase One only. Based on scoring and evaluations of proposals received under the Phase One solicitation, the government will select the three to five most qualified firms for each project to participate in Phase Two. Two copies of submittals must be received by 4:00 p.m. local time, Attention: Mr. Jim Kimmel, on March 23, 2001. U.S. Postal mailing address: Department of State, A/LM/AQM/RA/CON, Construction Branch, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219. Delivery address for Express Mail or Courier: Department of State, A/LM/AQM/RA/CON, Construction Branch, Room L-600, 1701 N. Ft. Myer Dr., 17th Street entrance, Arlington, VA 22219. (The U.S. Postal Service does not deliver to the 1701 N. Ft. Myer address). Request for questionnaire forms and requests for clarification must be submitted in writing to Jim Kimmel, telephone number (703) 875-6276, facsimile number -- (703) 875-6292, e-mail kimmeljk@state.gov
- Record
- Loren Data Corp. 20010301/YSOL003.HTM (W-058 SN50E7I1)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on February 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|