Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
SOLICITATION NOTICE

38 -- IDIQ for Bldg Envelope, Roofing and Waterproofing Design-Build Services Worldwide

Notice Date
12/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
S-ALMEC-07-R-0027
 
Response Due
1/22/2007
 
Archive Date
2/6/2007
 
Small Business Set-Aside
8a Competitive
 
Description
FedBizOpps Announcement RFP: S-ALMEC-07-R-0027 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR BUILDING ENVELOPE, ROOFING & WATERPROOFING DESIGN-BUILD SERVICES IN SUPPORT OF THE FACILITIES MANAGEMENT DIVISION GENERAL REQUIREMENTS The U.S. Department of State (DOS), Office of Logistics Management, on behalf of Overseas Buildings Operations, Facilities Management Division is seeking to pre-qualify firms for Design-Build maintenance and repair projects at various Foreign Service Posts worldwide. The Government anticipates award of up to two indefinite quantity/indefinite delivery contracts to licensed firms specializing in building envelope, roofing and waterproofing design-build projects. Two of the contracts will be set aside for small business eligible in the SBA?s 8(a) program. The small business size standard North American Industry Classification system code is 238160, $13 million average, based on the annual average gross revenue of a firm which has been in business for three or more years. Each Contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $20,000 in task orders over the life of the Contract. The maximum dollar value of Task Orders issued under this Contract shall not exceed $3,000,000 per year; the total Contract amount over five years shall not exceed $15,000,000. Task Orders will be competed between the selected firms. The competitive selection process for individual task orders will be based on a firm fixed price to include all expenses (travel and lodging). The cost of the Government required Defense Base Act Insurance shall be a direct reimbursable. The Government reserves the right to make award of individual task orders estimated to be less than $750,000 on a sole source direct negotiation basis under this Contract. Task Orders shall include, but are not limited to, cost and schedule proposals; pre-award on-site investigations; building envelope, roofing and waterproofing contract documentation for design-build to include specifications and calculations; construction and workmanship warranty services; and related requirements for maintenance and repair projects worldwide. Submissions under this contract shall be compliant with Office of Overseas Buildings Operations guidelines and compatible with Autocad Release 2000. The work must comply with applicable U.S. and foreign building codes, regulations, and standards. The anticipated design-build cost of these Task Orders will range from $250,000 to $3,000,000, depending on specific design limitations, locations and security parameters. Roof replacement and repair work will account for approximately 75-percent of the Task Orders. Professional Design services may include architectural, structural, mechanical, electrical, historic preservation, sustainability, curtain wall, roofing, fire, life safety, hazardous material and specification expertise. Design submission phases will be identified in a design recommendation report and performance specification provided by the Government with each task order and will typically require Design Development (50%) and Final Design (100%). All submissions shall be sealed and signed by a licensed professional. Submissions may include product submittals and material procurement for fast-track projects. Overseas Buildings Operations will review each Design submission and comments will be returned to the design-build firm for incorporation into the Design and Construction. Construction services may include providing all labor, equipment, and materials to execute the design; schedule and cost control; shipping logistics and mobilization; safety planning and implementation; on-site quality control personnel to ensure overall project coordination; overall means and methods throughout the life of the project; acceptance testing; and projects closeout services. Only U.S. personnel will be allowed to perform specific Construction in specified areas. Not all Construction will require U.S. personnel therefore the use of foreign labor may be employed for some tasks. Some building products may be procured from foreign sources. (Reference the Federal Acquisition Regulation Part 25, Buy American Act and Balance of Payments Programs). Labor requirements and a list of materials that don't have to be "U.S. End Source Products" will be identified in each task order. Upon notification of Selection, each successful offeror will be required to submit a copy of its labor rate schedule for U.S. personnel within twenty working days for review and approval. These rates shall be loaded rates by discipline to be included in the contract. The disciplines shall include professional design and construction services labor categories to be used during the base year and for each option year. The labor rate schedule in the contract shall not be exceeded. Selection of a large business concern will also be required to submit within twenty working days a small, minority and disadvantaged business-subcontracting plan. The DOS Fiscal Year 2007 subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUBZone business 3%; and service disabled veteran business 3%. MANDATORY PREQUALIFICATION REQUIREMENTS Offerors interested in being considered for pre-qualification must meet the definition of a "United States Person" of Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 - Public Law 99-399. Each firm responding to this announcement shall obtain 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-qualification package. 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. Generally to qualify as a ?U.S. Person? or ?U.S. Joint Venture Person? offerors must: 1. be legally organized in the U.S. prior to 60 months before release of this announcement; 2. have its principal place of business in the U.S.; 3. have performed within the U.S. technical professional and construction services similar in complexity, type of construction, and value of project; 4. have total business volume in 3 of the prior 5 years equal to or greater than the project being bid; 5. have existing technical and financial resources in the U.S. to perform the work, and; 6. not engage in business with the Government of Libya, government entities of Libya, or any other organization wholly owned or effectively controlled by the Government of Libya. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DOD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). All offerors will be required to comply with security requirements as detailed in the NISPOM. Offerors already possessing the necessary FCL are requested to submit their appropriate CAGE Code together with the required pre-qualification documentation. If the selected offeror does not possess the necessary DOD FCL, the Department of State will sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 90 calendar days from selection of the offeror will be allowed for this offeror to obtain the necessary FCL. After this period the Government will not be obligated to delay contract award, pending the issuance of any necessary security clearances, and another prequalified offeror may be selected. Firms, which form joint ventures, must also comply with the above FCL and personnel security clearance requirements. PREQUALIFICATION EVALUATION FACTORS Offerors are required to complete and forward documentation that addresses all Evaluation Factors. Failure to address all of the Evaluation Factors shall result in failure to qualify. The offerors receiving the highest evaluated rating will be considered for selection. The Government reserves the right not to award any offeror receiving less than a satisfactory rating in all Evaluation Factors. Offerors responding to this announcement shall be considered for selection using the following Evaluation Factors ? Pass/Fail: Factor 1 - Technical: Internal management plan and business structure (e.g., joint venture, integrated contractor), past performance, schedule, and cost control procedures for building envelope, roofing and waterproofing design-build projects. Provide an organization plan and an internal quality control plan that describes the firms ability to successfully provide and coordinate Technical efforts either in-house or with consultants. Detail the sufficiency of staff and Technical resources available for this contract and not committed to other contracts. Identify the primary office that shall have responsibility for projects and the staff assigned to that office by discipline. The Government will evaluate the extent to which the proposed Technical plan demonstrates a comprehensive and effective approach for management and coordination of decision making, project personnel, development and control of project schedules and budgets. ? Pass/Fail. Factor 2 ? Qualifications: Professional design and construction qualifications necessary for satisfactory performance of the required services are listed above. List any previous experience with overseas projects and knowledge of foreign building codes, standards and construction practices. Show any licenses, registrations and other certifications for each discipline, as well as awards and other indicators of high quality performance. This shall include management and on-site quality control personnel. The Government will evaluate the extent to which the principle designer and constructor?s proposal demonstrates the capability to select, retain, and replace (when necessary) key personnel and provide specialized experience; licensed professional engineers, architects and certified installers having completed international projects of a similar dollar value and technical complexity. ? Pass/Fail. Factor 3 - Performance: Specialized experience, technical excellence and competence in design-build building envelope, roofing and waterproofing projects. List three projects each performed in the past five years in each of the following four building systems: 1. Low slope roofs (built-up, modified bitumen, single-plies); 2. Steep slope roofs (clay tile, slate, metal systems); 3. Fa?ade and building envelope restoration; and 4. Below grade waterproofing (plaza decks, green roofs). Provide the following information for each project: brief description, project date, project manager, quality control personnel, delivery method (design-bid-build or design-build), method of acceptance test, cost, cost of change orders, planned vs. actual schedule, and name, address, and telephone of a reference. Offeror?s 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 past performance demonstrates conformance to specifications and compliance with contract terms and conditions; effectiveness in forecasting, managing, and controlling contract costs; adherence to contract schedules; responsiveness and business-like concern for the customer; previous technical and constructor work executed together, and effective management. 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. ? Pass/Failure. Factor 4 - Capacity: Offerors shall submit evidence of having earned, as the principal source of business, a minimum 80 percent of revenues from building envelope, roofing and waterproofing. Offerors must also submit evidence of their ability to secure sufficient bonding and insurance for overseas projects. Offerors must be able to demonstrate ability to manage up to three projects simultaneously at different overseas locations. The Government will evaluate the extent to which the offeror's proposal demonstrates Capacity to accomplish work within the required cost and time parameters. ? Pass/Failure. Offerors that meet the requirements described in this announcement are invited to submit copies of Standard Form 330 Architect/Engineer and Related Services Questionnaire for General and Specific Projects. The Government will evaluate the extent to which the offeror demonstrates successful accomplishment of projects of a similar dollar value and technical complexity. During the evaluation process, the information provided in the Standard Forms 330 will be reconciled with the evaluation factors. PREQUALIFICATION PROPOSAL PACKAGE SUBMISSION Submissions must be provided in original and one copy, maximum size 8.5 by 11 inches, and formatted and tabulated by: 1. Introductory Letter; 2. Completed ?United States Person? Criteria; 3. Factor 1 - Technical; 4. Factor 2 - Qualifications; 5. Factor 3 - Performance; 6. Factor 4 ? Capacity; 7. Standard Forms 254 and 255 (optional) and 8. Joint Venture Agreement (when applicable). Maximum page limit for the package is 50 single sided pages or 25 doubled sided pages. The SF Form 330 are limited to a maximum 20 single sided pages and is included in the total page count of 50 pages. The pages comprising the preprinted package required for the Certifications Relevant To Public Law 99-399 and a copy of a Joint Venture Agreement, when applicable, are not included in the maximum page count. Requests for clarification and to obtain copies of the "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." must be submitted in writing to Jose Bumbray not later than 3:00 p.m. Eastern Standard Time on January 22, 2007. Clarification questions may be submitted by facsimile (703) 875-6076 or e-mail BumbrayJR1@state.gov. All Prequalification Proposal Packages must be received by 4:00 p.m. Eastern Standard Time on August 30, 2006 . U.S. Postal Address (4 week delivery): Jose Bumbray, A/LM/AQM, U.S. Department of State, Washington DC, 20522-0611. Express or Courier Mail: Jose Bumbray, U.S. Department of State, A/LM/AQM, Room L-600, 1701 No. Ft. Myer Drive (17th Street Entrance), Arlington, Va 22209. The U.S. Postal Service does not deliver to the 1701 North Fort Meyer address. Thank you for your interest in Overseas Buildings Operations.
 
Place of Performance
Address: Worldwide
Zip Code: 22209
Country: UNITED STATES
 
Record
SN01197396-W 20061217/061215220413 (fbodaily.com)
 
Source
FedBizOpps 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.