Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

Z -- Conversion of Crowne Plaza Hotel to Staff housing in Kingston, Jamaica

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309
 
ZIP Code
33309
 
Solicitation Number
SWHARC-03-R-0001
 
Response Due
7/7/2003
 
Archive Date
7/22/2003
 
Point of Contact
Mark Toler, Director, Phone 9546301166, Fax 9546301165, - Robert Lindquist, Contract Specialist, Phone 9546301164, Fax 9546301165,
 
E-Mail Address
tolermj@state.gov, LindquistRA@state.gov
 
Description
The Department of State?s (DOS) Regional Procurement Support Office, on behalf of the, Overseas Buildings Operations (OBO), is seeking a qualified firm to provide construction services for conversion of an 11-story hotel into a 44 unit, American embassy staff apartment building. The estimated construction cost range is $6,000,000 - $8,000,000.00. The Request For Proposal is planned for release in July 2003, contract award is anticipated in September 2003 and project start up is approximated for October 2003. The type of contract will be firm-fixed price and award will be made to the lowest priced/technically acceptable offeror that is determined responsible. Additionally, the solicitation method will be the negotiated Request For Proposal and award will be executed based on the criteria established in the solicitation documents. The tower is 11 floors that are approximately 121,000 gsm, with an additional 1900 gsm of utility/mechanical space. The main floor has a lobby, meeting rooms, kitchen/restaurant, offices and ancillary spaces. The building is located on a 5.3-acre compound in a mixed residential/commercial zone on the edge of Kingston. In general, the renovation includes upgrades to the building's fire protection, mechanical and electrical systems, upgrades to the fenestration to improve hurricane resistance, and various security upgrades to the compound's perimeter security. The scope of work requires converting the existing hotel rooms into two and three bedroom residential apartment units. Site work includes the replacement of two existing gates and various other compound perimeter security improvements. Accordingly, the disciplines required under this construction contract include, but are not limited to: landscape, architecture, electrical, civil engineering, mechanical, structural, fire protection, and administrative coordination of the various disciplines and contract administration. To be considered technically acceptable for purposes of the solicitation to be issued subsequent to this advertisement, firms will be required to minimally demonstrate the following: (a). Must comply with all construction licensing and certification requirements imposed by the host country and/or the host city Government and show that the Offeror has no legal restrictions therewith. (b). Must demonstrate past satisfactory performance of contracts (U.S. Government contracts, if any) of similar size, complexity, and dollar value. Such satisfactory performance must be demonstrated on at least two projects of similar magnitude. (c). Must demonstrate that the offeror possesses the financial resources to perform a contract in the $6,000,000 to $8,000,000 range. The financial resources must be sufficient to finance monthly progress payments, wherein Contractors may be expected to finance significant portions of the project while awaiting monthly progress payments. Additionally, letters of intent from banks (or other lending institutions) and credit references will also be required to determine financial solvency and creditworthiness. (d). Demonstrate capability, experience and knowledge of the local laws and practices, material and labor issues, customs and importation processes, etc. (e). Demonstrate the capability to provide Performance and Payment Bonds that will be required respectively, in the amount of 100% and 40% of the contract award total. (f). Demonstrate the capacity to provide all types of construction insurances to include, but not necessarily limited to, General Liability, Personal Injury, and Property Damage liability. (g). Demonstrate possession of, or has the capacity to attain Supervision and Discipline-specific (mechanical engineers, electrical engineers, structural engineers, etc.) personnel with sufficient experience that have successfully managed and executed projects of similar magnitude and complexity. Offerors will have to demonstrate that these personnel have successfully performed on projects wherein detailed performance schedules, cost control measures, and quality assurance/control procedures were required. (h). Offerors must demonstrate that all entities participating in their proposal (prime contractor and major subcontractors) have been in the construction business for over three years prior to the date of this announcement. The above criteria are provided for general information only as to the requirements for Technical Acceptability for this project and should not be interpreted as the detailed requirement. The specific and detailed criteria (which will require complete responses) will be more descriptive, more stringent, and will be listed in Sections L and M of the solicitation. Based on this advertisement, Offerors from the U.S. or foreign entities may apply. Additional "Percy Amendment" requirements are as follows: As the estimated value of this project exceeds $5,000,000, Offerors are notified that this procurement will be conducted under Section 11 of the Foreign Service Buildings Act, 22 U.S.C. 302. If it is determined that adequate competition exists, eligibility for award of contracts under Section 11 is limited to: (1). American-owned offerors and (2) Offerors from countries that permit substantially equal access to American offerors for comparable diplomatic and consular projects. Offeror qualification shall be determined based on the nationality of ownership, the burden of which shall be on the prospective offeror. Qualification as an "American-owned Offeror" under section (1) above shall require evidence of: (a) performance of similar construction work in the United States, and (b) either (i) ownership in excess of 50% by U.S. citizens or permanent residents, or (ii) incorporation in the United States for more than three years and employment of U.S. citizens or permanent residents in more than half of the corporation's full-time professional and managerial positions in the United States. For purposes of determining competitive status, offerors qualifying under section (1) above, shall be reduced by 10 percent (10%). Only after careful review of the general technical acceptability information provided herein, Prospective Offerors who can meet (or exceed) the anticipated solicitation requirements may request a copy of the solicitation from the Contracting Officer, Mr. Mark J. Toler, U.S. Postal mailing address: Department of State, Regional Procurement Support Office, 4000 North Andrews Avenue, Fort Lauderdale, FL 33309. The same delivery address applies for Express Mail or Courier. Requests must be received in writing within ten days of publication of this notice and may be faxed to Mr. Mark J. Toler @ (954) 630-1165. Questions should be addressed to Mr. Toler at the above address, facsimile, or via e-mail at TolerMJ@state.gov.
 
Place of Performance
Address: Crowne Plaza Hotel
Country: Jamaica
 
Record
SN00357661-W 20030628/030626222636 (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.