Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2003 FBO #0439
MODIFICATION

C -- Athens Embassy Office Building Annex Design

Notice Date
2/12/2003
 
Notice Type
Modification
 
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
S-ALMEC-03-R-4444
 
Response Due
2/21/2003
 
Archive Date
3/8/2003
 
Point of Contact
Ralph Sutherland, Contract Specialist, Phone 875-6688, Fax null,
 
E-Mail Address
sutherlandrr@state.gov
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations, is seeking a qualified A/E firm or team to provide comprehensive design services, including a master plan, for a new office building compound located in Athens, Greece. The compound will be configured to accommodate the existing Chancery (but does not include work in the Chancery except for utility connections between buildings and a covered walkway), a new unclassified Office Building Annex, Motor Pool, Marine Security Guard quarters, and two CACs (Compound Access Control facilities). The building site is approximately 1.3 hectares in area, exclusive of the Chancery's 1.41 hectares. The new Office Building contains approximately 6,640 gsm, the Motor Pool -525 gsm, and the Marine Security Guard Quarters -730 gsm. The estimated construction cost is approximately $33 million. The estimated start of design is June 2003 with a design completion schedule of 12 months. The type of contract will be fixed price. The scope of A/E services under this contract will include: architecture and master planning, civil, structural (including blast), seismic, mechanical, energy conservation and sustainability; electrical engineering; information systems and telecommunications; physical and technical security; environmental security engineering (chem-bio); space planning and systems furniture integration; interior design; food service (93 sm Dining Room, Kitchen and 4 kitchenettes); fire protection engineering; vertical transportation; lighting design, site design, landscape architecture; scheduling; cost engineering; administrative coordination of the various disciplines involved; and construction phase services. The Architect will be required to have a local design consultant to certify that the design meets local standards. Further information on regarding this requirement, including approvals as needed, will be provided to the selected AE firm when the request for proposal (RFP) is issued. U.S. codes and USG requirements, to include International Building Code (IBC), UFAS and the applicable laws, codes and standards for the city of Athens will apply. The site, buildings, and related facilities will be designed in hard metric (system International) units. Construction documents shall be submitted in AutoCAD version 2000 or higher. Firms responding to this announcement on or before the closing date will be Considered for selection using the following evaluation criteria, 100 points maximum: (a) Professional qualifications necessary for satisfactory performance of required design services, particularly commercial building design. Include all disciplines/services required by the scope of A/E services described above-20 pts. (b) Demonstrated master planning, interior design, landscape architecture and architectural design excellence by the A/E team on projects of a similar size and complexity, and preferably international projects. Provide examples of three recent projects showing high quality design performance by proposed key design personnel-20 pts. (c) Past performance on contracts in terms of cost control, quality of work, and compliance with performance schedules, coordinating multi-disciplinary design efforts, and providing effective cost and quality control. Indicate effectiveness of meeting design schedules, cost control of representative projects by listing the construction budgets, construction contract award amounts, and construction Change Order volume for three recent projects. At least one contact reference s should be listed for each of the projects listed -25 pts. (d) Specialized experience and technical competence in sustainable design, energy efficiency, energy conservation, reliability-centered maintenance. Provide back-up data for a maximum of three recent projects that would demonstrate examples of creative solutions in facility design. -10 pts. (e) Specialized experience and technical competence in physical and technical security design. 10 pts. (e) If using consultants, demonstrate that the team has worked successfully together in providing similar services by providing information on a maximum of three recent projects. - 10pts. (g) Previous experience with overseas projects and knowledge of foreign building codes, standards, and construction practices-5 pts. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. Offerors will be point-scored by a Pre-Selection Board for purposes of establishing a short list for consideration by the Architectural Engineering Council (AEC). The AEC will request presentations or conduct discussions with at least three of the most highly qualified firms in accordance with FAR 36.602.3 (c). The AEC will not rescore the offerors, but will make its own determination of the best qualified consistent with the announced evaluation criteria and will recommend that firm or firms for award to the OBO Director/COO. This is not a request for proposals. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business-subcontracting plan prior to contract award. The Department of State's current subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUB Zone business 2.5%; and service disabled veteran business 3%. The small business size standard North American Industry Classification System code is 541330, $4.0 million average. A/E firms that meet the requirements described in this announcement are invited to submit two copies of the following: (a) Standard Form 254 Architect/Engineer and Related Services Questionnaire, (b) Standard Form 255 Architect/Engineer and Related Services Questionnaire for Specific Project (maximum of 100 pages). Upon notification of selection, the A/E will be required to submit a copy of its Quality Management Plan (QA/QC) Plan within 10 working days for review and approval. In addition, firms must submit two copies of a statement of qualifications 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 request to Mr. Ralph Sutherland at (703) 875-6292 or by e-mail at sutherlandrr@state.gov). A firm being considered for award must meet the definition of a United States person of P.L.99-399, Section 402 thereof, as follows: (1) be legally organized in the United States more than five years prior to the issuance of a request for proposal; (2) have its principal place of business in the United States; (3) have performed within the U.S. administrative, technical or professional services similar in complexity, type of construction, and value of the project being solicited; (4) employ U.S. citizens in at least 80 percent of principal management positions in the U.S.; employ U.S. citizens in more than 50 percent 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. Requests for clarification must be submitted, in writing, to Mr. Ralph Sutherland no later than 4:00 p.m., Eastern Standard Time, February 3, 2003. Inquiries may be submitted by facsimile to (703) 875-6292 or by E-Mail to sutherlandrr@state.gov. Submittals in response to this announcement must be received by 4:00 p.m., Eastern Standard Time, February 21, 2003. The postal mailing address is: Mr. Ralph Sutherland, U.S. Department of State, A/LM/AQM/FDCD, P.O. Box 9115, Rosslyn Station, Arlington, VA 22219-9115. Express mail (such as FedEx, DHL, etc.), courier or hand delivery is recommended. The express mail, courier and hand delivery address is: Mr. Ralph Sutherland, U.S. Department of State, A/LM/AQM/FCDC, Room L-600, 1701 North Fort Myer Drive (17th St. Entrance), Arlington, VA 22209.*****
 
Place of Performance
Address: U.S. Department of State, 1701 North Fort Myer Drive, Arlington, VA
Zip Code: 22209
Country: United States
 
Record
SN00257981-W 20030214/030212213436 (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.