Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2003 FBO #0491
SOURCES SOUGHT

Y -- POSSIBLE Design-Build Standard Embassy Design New Embassy Complex Project EITHER Belmopan, Belize - SALMEC-03-R0038; OR Freetown, Sierra Leone - SALMEC-03-R0025.

Notice Date
4/3/2003
 
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
Belmopan-SALMEC-03-R0038-Freetown-SALMEC-03-R0025
 
Archive Date
5/13/2003
 
Point of Contact
David Vivian, Contract Specialist, Phone 7038756991, Fax 7038756699, - Robert Powell, Team Leader, Phone 7038756060, Fax 7038756085,
 
E-Mail Address
viviandw@state.gov, powellrr@state.gov
 
Description
THE U.S. DEPARTMENT OF STATE (DOS), Office of Overseas Buildings Operations (OBO) is seeking to pre-qualify firms for a possible Design-Build Construction project for New Embassy Complex in EITHER Belmopan, Belize OR Freetown, Sierra Leone. A process is in action to have one of these projects moved from the FY2004 acquisition plan to this year's projects. The chosen NEC project will consist of design and construction of a Chancery facilities that will accommodate Department of State functions as well as tenant organizations. If successful, the accelerated and chosen NEC 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; other site amenities; Marine Security Guard Quarters (MSGQ); and future office annexes. The approximate building site areas, estimated building areas, and estimated design/build costs are as follows: Freetown, Sierra Leone: Site: 80,936 square meters; buildings area: 6,135 square meters; Estimated design/build cost: $50 to $70 million; Belmopan, Belize: Site: 40,468 square meters; buildings area: 7,460 square meters: Estimated design/build cost: $50 to $70 million. Time is of the essence to design and construction of these projects, which shall be executed simultaneously. The government reserves the right not to prequalify any offeror receiving less than a satisfactory rating in all evaluation factors and sub-factors. THE CRITERIA PACKAGE FOR EACH PROJECT (Statement of Work) issued with the RFP will include architectural and engineering drawings; performance and prescriptive specifications; space requirements program; design requirements, supporting technical narratives, and preliminary designs for each discipline based on criteria established by the Standard Embassy Design (SED) program. A protoype embassy design will be provided to the D/B contractor. Design documents provided will require site adaptation by the D/B contractor. Project specific design direction will be provided by OBO for each projects site utilization plan; building massing and exterior elevations; interior plan layouts and organizational relationships; building utilities and infrastructure design for each NEC; standardized designs of major building systems and functional groups; structural systems; and mechanical, electrical and plumbing (MEP) systems. THE TYPES OF DESIGN SERVICES TO BE PROVIDED WILL INCLUDE, architectural; structural, civil, energy conservation, mechanical, electrical, seismic and geo-technical engineering, space planning and systems furniture integration, interior design, signage, security, communications, RF shielding systems design, blast protection design, fire protection engineering, potable water treatment and waste water treatment, landscaping design, cost estimating, scheduling, value engineering, and administrative coordination of the various disciplines involved. U.S. Government codes and regulations, and the applicable laws, codes and standards of foreign countries will apply. Building design submission shall use hard metric units (Systems International). The design will be submitted in AutoCadd R2000 files in DOS format. The design/build firm shall be the ?Designer of Record.? The design/build firm will also be responsible for completing the working drawings and specifications in accordance with the solicitation documentation provided. The contract type for each individual project will be firm fixed-price. Construction services will include construction labor and materials to execute the OBO accepted design; on-site organization with management of lines of authority to ensure overall project coordination; overall control throughout the life of the project. Required services include required documentation submittals and institution of controlling programs such as: a quality control program, safety, construction scheduling, cost control, and projects closeout services. THE PROJECT SOLICITATION WILL CONSIST OF TWO PHASES. This announcement for prequalification is Phase I. The Department of State will evaluate and rate the prequalification proposals based on the evaluation criteria set forth in the following Evaluation Factors. Those offerors receiving a satisfactory evaluated rating from the technical board will be issued a formal solicitation and invited to submit proposed pricing in Phase II. The Government reserves the right to limit prequalification to those offeror receiving at least a satisfactory rating in all factors and subfactors. If more than six satisfactory Phase I packages are received for any one project, the Government reserves the right to limit Phase II to the six best qualified offerors. The submissions received in response to the Phase II formal solicitation shall be submitted in the formats provided and will be evaluated in accordance with the evaluation procedures contained in the solicitation. Due to time constraints, it is anticipated that the pre-qualified firms will be required to participate in visits to the project sites within 10 to 15 days after the issuance of the design/build RFP. To offset some of the cost of the site visits and other related costs, pre-qualified firms that do not receive the design/build award will be paid $25,000 for each responsive project proposal they submit in Phase Two. FIRMS THAT SUBMITTED A PREQUALIFICATION PACKAGE for design/build projects of similar scope and value during FY 2002 and/or FY 2003 projects (Kingston, Bamako or Astana) and successfully pre-qualified by the OBO technical panel need not resubmit their pre-qualification package under this announcement. If interested, the previously pre-qualified offerors must send the POC a letter of interest prior to the closure date of this solicitation. The letter must indicate they are requesting pre-qualification and for which projects prequalification is sought. However, if any changes have occurred in a company s structure, size status, or Design Build Team since the submission of the original design/build pre-qualification package the offeror must identify the change(s) in the letter for the government to review and evaluate. The government will determine if such changes are acceptable. Offerors must ensure that they cite the RFP number of the previous pre-qualification solicitation and what specific changes were made since pre-qualification. A change by the contractor must be sent for evaluation to this office regardless of how minor the offeror may believe it is. If no changes have occurred since pre-qualification the offeror must state this in the letter of interest. Offerors are reminded that the letter of interest is due prior to the closure time and date of this solicitation otherwise the offeror will not be evaluated for pre-qualification for these projects. MANDATORY PREQUALIFICATION REQUIREMENTS FIRMS BEING CONSIDERED for award under this acquisition are limited to United States person bidders. To qualify as a US person bidder, offerors must furnish evidence of (a) performance of similar construction work in the United States, including a United States diplomatic or consular establishment abroad, and (b) either (1) ownership in excess of fifty (50) percent by United States citizens or permanent residents, or (2) incorporation in the United States for more than three years and employment of United States citizens or permanent residents in more than half of the corporation?s permanent full-time professional and managerial positions in the United States. Each company responding to this notice shall contact the Contract Specialist for a copy of the pamphlet "Certifications Relevant To Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986." The pamphlet must be completed and included as part of the pre-qualifications package. If a joint venture is formed, the company having 51 percent or greater interest in the JV must be the one completing the pamphlet. This is a pass/fail evaluated area. Offerors must receive a pass rating in this area before proceeding to the next step in the evaluation process. IN ORDER TO BE ELIGIBLE TO PERFORM UNDER THIS CONTRACT the prequalified firm(s), including all entities which comprise a joint venture, must possess or be able to obtain a Department of Defense (DoD) Secret facility security clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Specifically designated personnel requiring access to classified information must also possess a Secret personnel security clearance issued by Defense Security Service (DSS). Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with the required prequalification documentation. If a prequalified firm does not possess the necessary DoD FCL, the Department of State will sponsor the firm for an FCL at the time they are determined to be prequalified. All firms must comply with security requirements detailed in the NISPOM. Sponsorship does not guarantee that the firm will receive the clearance. The Government will not be obligated to extend its solicitation schedule, or to make an award to a sponsored, prequalified firm, if that firm has not been issued an FCL within 90 days of notification of their prequalification. A joint venture formed by firms bidding on this effort must be issued an FCL. Offerors with must identify in the proposal submission cover letter information concerning parent corporation and/or known foreign ownership. Firms will not receive the classified portions of the RFP until they have been issued the appropriate FCL and received DSS approval to safeguard classified documents. PROPOSAL SUBMISSION REQUIREMENTS/ PREQUALIFICATION EVALUATION FACTORS PROPOSAL SUBMISSION INSTRUCTIONS: Offerors that meet the requirements described above are required to submit the documentation as described in the following evaluation factors. To be considered for qualification, offerors must address the following criteria in writing, and meet the requirements of each of the criteria fully. Offerors are cautioned that only the information contained in their submission and any additional obtained concerning past performance will be considered during the evaluation of offerors. Submissions must be provided in original and three copies, and formatted and tabulated by evaluation factor: Factor 1 - Technical Approach; Factor 2 - Technical Qualifications; 2a - Professional Qualifications, 2b - Design Professional Qualification, 2c - Security; 2d - Capacity; Factor 3 - Past and Present Performance. MAXIMUM PAGE LIMIT FOR SUBMISSIONS IS 200 SINGLE SIDED PAGES/100 DOUBLED SIDED PAGES. Page in access of the limit will not be considered. THE REQUIRED SF FORMS 254 AND 255 ARE LIMITED TO 100 SINGLE SIDED PAGES AND ARE INCLUDED IN THE TOTAL MAXIMUM PAGE COUNT OF 200 PAGES. No more than 50 of the total 200 pages may be foldouts, maximum size 11.5" by 17". Offers shall be submitted in size twelve (12) font, except the SF Forms 254 and 255 which may be prepared in size ten (10) font. The pages comprising the pre-printed package required for the Certifications Relevant To Public Law 99-399, and the copy of the Joint Venture Agreement, when applicable, are not included in the maximum page count. Multiply submissions not required: one package may be submitted for consideration under one or both evaluations. Indicate project interest on the face of the proposal: BELMOPAN, BELIZE - SALMEC-03-R0038; FREETOWN, SIERRA LEONE - SALMEC-03-R0025. If selected, Freetown will be added to the Bamako RFP. Separate prequalification is required for the Freetown project. OFFERORS RESPONDING TO THIS ANNOUNCEMENT MUST contact the Contract Specialist by means listed below to obtain a Statement of Qualifications for Purpose of Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 for submission with their qualification package. The statement of qualifications pamphlet must be submitted in quadruplicate (original plus three copies) to be considered for pre-qualification using the following evaluation factors (100 points maximum): The government reserves the right not to prequalify any offeror receiving less than a satisfactory rating in all evaluation factors and sub-factors. FACTOR 1: TECHNICAL APPROACH AND BUSINESS MANAGEMENT PLAN. Provide a business management plan for design-build projects that explains the offeror?s methodology for decision making, personnel management, team approach, quality assurance, etc. in the execution of the contract scope, schedule establishment and control, and budget allocation. Clearly demonstrate the relationship amongst the offeror, subcontractors and OBO. Show the process and method of identifying and correcting deficiencies. The Government will evaluate the extent to which the offeror's proposed plan demonstrates a comprehensive and effective approach for management and coordination of decision making and project personnel and development and control of project schedules and budgets. ? 20 points.. FACTOR 2: TECHNICAL QUALIFICATIONS. SUB-FACTOR 2A: PROFESSIONAL QUALIFICATIONS CONSTRUCTION. Provide a minimum of four projects, at least two outside of the North American Continent, and provide renovation volume per year in the last three years. The Government will evaluate the extent to which the offeror's proposal: (a) Demonstrates professional qualifications, specialized experience, and technical competence in design and construction of domestic and international projects involving multiple contractor and subcontractor disciplines; (b) Demonstrates success in prescribing the use of recovered material achieving waste reduction sustainable design, environmental engineering and energy efficiency in facility design; (c) Demonstrates experience in HVAC refrigerant recovery and minimum use of water treatment chemicals; (d) Demonstrates that the principal designer and principal construction contractor have either individually or collectively successfully accomplished the design and construction of projects of a similar scope and dollar value as that specified in this notice. - 20 points. SUB-FACTOR 2B: PROFESSIONAL QUALIFICATIONS DESIGN: Provide documentation demonstrating offeror's existing relationships or the capability to obtain and provide specialized experience, licensed professional engineers and architects having technical competence in the design of similar international projects involving multiple disciplines and subcontractors. Offerors must demonstrate accomplishment of project designs of a similar dollar value and technical complexity as those of this notice. The offeror shall provide examples of projects that demonstrate functionality, security, sustainability, maintainability, aesthetics and cost effectiveness. (Minimum of four, maximum of five projects, at least two outside of the North American Continent). The submission for this factor shall include completed Standard Forms 254, Architect-Engineer and Related Services Questionnaire, and 255 Architect-Engineer and Related services Questionnaire for Specific Project. The Government will evaluate the extent to which the offeror's proposal demonstrates capability to obtain and provide specialized experience, licensed professional engineers and architects having technical competence in the design of similar international and domestic projects involving multiple disciplines and subcontractors. The Government will evaluate the extent to which the offeror demonstrates successful accomplishment of project designs of a similar dollar value and technical complexity as that of this notice. During the evaluation process, the information provided in the SF forms 254 and 255 will be reconciled with the proposal text. ? 15 points. SUB-FACTOR 2C: SECURITY. The Government will evaluate the extent to which the offeror's proposal demonstrates capability in the design and construction of physical and technical security systems for buildings, including blast and HVAC chemical and biological protection. (This factor is not related to the requirement for a Security Clearance.) ? 10 points. SUBFACTOR 2D: CAPACITY. The Government will evaluate the extent to which the offeror's proposal demonstrates capacity (financial, professional, and personnel resources) to accomplish work within required cost and time parameters. ? 15 points. FACTOR 3: PAST AND PRESENT PERFORMANCE. Offerors shall submit detailed information concerning Federal, State and Local Government, and private contracts considered to be relevant in demonstrating ability to perform renovation design/build similar to that identified in this notice. Performance shall have been within the last three years. This information may include efforts performed by other divisions, corporate management, or critical subcontractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Information shall include: offeror?s company/division; program title; customer contract agency/company; contract number; brief description of effort and relevance to the proposed effort; type, value and performance period of contract; and offeror?s role in past work (prime or sub). Provide name, address and telephone number of current or last, Program Manager, Contracting Officer, and/or Contract Manager for each referenced project. Offerors may include additional relevant information demonstrating significant achievements or explain performance problems they consider relevant to the proposed efforts. The Government will evaluate the extent to which the offeror?s past performance demonstrates conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel. ? 20 points. Note: As prescribed in the Federal Acquisition Regulation at 15.305(a)(2)(iv), an offeror without a record of relevant past performance or for whom information on past performance is not available will receive a neutral rating Offerors that meet the requirements described in this announcement are invited to submit a statement of the offeror?s business structure (e.g., Joint Venture, integrated contractor), and design and construction portfolios that illustrate the design build team?s capabilities. It is the intent of the Government to award contracts to the offeror(s) determined prequalified based on proposals received in response to this notice, and information concerning past performance obtained from available sources, and to offeror(s) submitting the most advantageous Phase II proposal, as determined in accordance with the Phase II source selection criteria. THE DOS RESERVES THE RIGHT TO AWARD all projects to a single contractor or one each to different contractors depending on the best value to the DOS, in accordance with the evaluation criteria in the solicitation. ALL SUBMITTALS MUST BE RECEIVED BY 4:00 P.M. EST APRIL 28, 2003. TRANSMISSION OF PROPOSALS: Offerors are advised to hand deliver or submit proposals by courier (FEDEX, UPS Express Mail, DHL, ETC.) to the following address (DO NOT USE the U.S. POSTAL SERVICE (PO Box) ADDRESS) U.S. Department of State: Attn: David Vivian/Howard Williams; A/LM/AQM/FDCD/CON, Room L-600, SA-6; 1701 North Fort Meyer Drive, (17th St. Entrance); Arlington, VA 22209. Include the solicitation number, BELMOPAN, BELIZE - SALMEC-03-R0038; FREETOWN, SIERRA LEONE - SALMEC-03-R0025 on the face of the package. REQUESTS FOR CLARIFICATIONS must be submitted in writing to David Vivian/Howard Williams by mail, at facsimile (703) 875-6699, or e-mail ivianDW@state.gov/WilliamsH@state.gov. Voice contact telephone (703) 875-6991/6279.
 
Place of Performance
Address: EITHER BELMOPAN, BELIZE OR FREETOWN, SIERRA LEONE
 
Record
SN00294661-W 20030405/030403213451 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.