Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2002 FBO #0129
SOURCES SOUGHT

Y -- Construction services at the U.S. Embassy Compound in Kabul, Afghanistan to rehabilitate the Chancery and Annex, Staff Housing, and Support Facilities.

Notice Date
4/8/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
Reference-Number-SALMEC-02-Kabul
 
Response Due
5/10/2002
 
Archive Date
5/25/2002
 
Point of Contact
Willie Taylor, Contract Specialist, Phone 7038756288, Fax 7038756292, - Steve Rogers, Branch Chief, Phone 7038757320, Fax 7038756292,
 
E-Mail Address
taylorwl2@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 construction services at the U.S. Embassy Compound in Kabul, Afghanistan to rehabilitate the Chancery and Annex approximately 4,000 gross square meters each, Staff Housing approximately 21,000 gross square meters, and Support Facilities approximately 6,000 gross square meters including utilities. The construction cost is estimated in the range of $80 to 100 million. The contract period of performance is 30 to 36 months. The contract type is firm fixed price. The Government's Architect of Record will perform all design. The project solicitation will consist of two phases; this solicitation is for Phase One. As a result of evaluations of submittals for Phase One, three to five firms will be invited to attend and participate in design review meetings and attend site visit. These firms will be paid a stipend of $25,000.00 to participate in design review sessions. The Government is under no obligation to incorporate suggestions and comments into the designs and specifications, and reserves the right to accept or reject any and all comments. Attendance and participation at these meetings are mandatory. Failure to attend any required meetings will remove a firm from consideration for contract award. The qualified contractors, including all entities which comprise a joint venture, must possess or be able to obtain a Department of Defense (DOD) Secret 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. Firms, which form joint ventures for the purpose of proposing on this contractual effort and/or for contract performance, must also comply with the facility and personnel security clearance requirements noted herein. Uncleared firms will be sponsored for a Secret facility security clearance (FCL) at the time they are selected as a qualified firm. Sponsorship does not guarantee that a fir will receive the clearance. The Government will not be obligated to extend its schedules if any of the sponsored firms have not been issued an FCL at the time 60% design is complete ( and access to classified information is required). The three to five qualified contractors will use the 100% design and specifications at Phase Two, as the basis of their cost proposal. 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.; (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? own at least 51% of the assets of the joint venture. Firms responding will be considered for pre-qualification using the following evaluation 100 points maximum criteria: (1) TECHNICAL APPROACH [criteria (a) and (b) are listed in descending order of importance]: (a) Business management plan for design-bid/build projects of similar scope, size and complexity that explains the offeror?s 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, and projected capacity; (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 (g) are listed in descending order of importance]: (a) Describe professional qualifications, specialized experience, and technical competence of the construction contractor in the constructing 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 design-bid/build schedules; design-bid/build 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 ability to construct integrated building systems based on standardized building systems to include all power, telecommunications, HVAC, and structural systems. (d) Demonstrated success in the construction of physical and technical security systems. (e) Demonstrated design-bid/build team success and commitment to implementation of systems building approach to a program. (f) Demonstrated capability and experience of design-bid/build team with overseas 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. Failure to address each of the foregoing criteria in writing will result in failure to pre-qualify. The responses to criteria (2a) through (2f) 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 the offeror's ability to meet each of the aforementioned criteria, firms are invited to submit five (5) copies of the following for Phase One that the offeror requests prequalification: (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 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 Offeror's Phase One submittals must be received by 4:00 p.m. local time, Attention: Mr. Willie L. Taylor, May 10, 2002. U.S. Postal mailing address: Department of State, A/LM/AQM/FDCD/CON, Room L-600, Washington, D.C. 20522-0611. Delivery address for Express Mail or Courier: Department of State, A/LM/AQM/FDCD/CON, Room L-600, Attention: Mr. Willie L. Taylor, 1701 N. Ft. Myers Dr., 17th Street entrance, Arlington, VA 22209. (The U.S. Postal Service does not deliver to the 1701 N. Ft. Myers address). Request for questionnaire forms and requests for clarification must be submitted in writing to Mr. Willie L.Taylor, telephone number: (703) 875-6288, facsimile number: (703) 875-6292, e-mail: TaylorWL2@state.gov.*****
 
Place of Performance
Address: Kabul, Afghanistan
Country: Afghanistan
 
Record
SN00054929-W 20020410/020408213145 (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  © 1994-2020, Loren Data Corp.