Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
MODIFICATION

C -- Architectural/Engineering Design Services

Notice Date
5/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10R0270
 
Archive Date
7/9/2010
 
Point of Contact
Charles G. Krips, Phone: 703-875-6426, Robert P Powell, Phone: 7038755164
 
E-Mail Address
KripsCG2@state.gov, powellrr@state.gov
(KripsCG2@state.gov, powellrr@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Architectural/Engineering (A/E) Design Services For New U.S. Embassy Annex Office Building (NOX), Moscow, Russia RFP#SAQMMA10R0270 Amendment 1 The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations (OBO), is seeking a qualified A/E firm, joint venture or other such entity, to provide comprehensive A/E design services for a new U.S. Embassy Annex Office Building (NOX) in Moscow, Russia. A Secret facility security clearance (FCL) and a Secret personnel security clearance (PCL) will be required as specified below. This will be a design-bid-build project. Description of Project: The NOX will be approximately 15,000 GSM in area and will include office space for approximately 300 personnel, apartments, and a parking structure. Construction of the annex will require the demolition of existing townhouses and other embassy facilities. Dislocated General Services Offices (GSO) will be reconstructed in the basement of the annex along with the utilities and other functions disturbed during the construction of the annex. The estimated construction cost is in excess of $100 million. The estimated award date of the A/E contract is September 2010 with design duration of approximately 14-16 months. Award of the construction contract is planned for FY-2012. The A/E contract will be fixed price, with a fixed construction budget. The A/E services under this contract will include work by the following architectural/engineering disciplines: planning; architectural (including landscape); civil; geotechnical; structural (including blast); seismic; mechanical; electrical; fire protection; and LEED. Expertise is required in: information systems; telecommunications; physical and technical security; environmental security engineering (chem.-bio); sustainable design; energy conservation; pollution prevention and the use of recovered materials; space planning and systems furniture integration; interior design; design for customer and queue management; food service planning; vertical transportation; lighting design; site design; reliability centered maintenance; design and construction scheduling; cost estimating, and value engineering. The A/E may be required to have an approved local design consultant; however, identifying this expertise at this time is not required. Further information on this requirement will be provided to the selected A/E firm when the Request for Proposal (RFP) is issued. U.S. Codes and USG requirements and the International Building Codes (IBC) will apply. The site, buildings and related facilities will be designed in hard metric (system International) units. Construction documents shall be submitted with AutoCAD Release 14 or higher. The selected A/E will be required to use OBO’s ProjNet for the electronic transmission of Sensitive But Unclassified USG information. A/E firms will be point-scored for purpose of establishing a short list for consideration by the OBO Architectural Engineering Council (AEC). The AEC, at its discretion, may request additional information from the short-listed firms, but will then hold discussions or request presentations by a final short-list of A/E firms as prescribed by the Brooks Act and FAR 36.602-3. The AEC will not re-score the participating A/E firms, but will make its own determination of the best qualified consistent with the announced evaluation criteria and will recommend that firm for award to the OBO Director. Security Investigative Requirements: In order to be eligible to perform under this contract, the successful A/E firm must possess or be able to obtain a Department of Defense (DoD) SECRET facility security clearance (FCL) issued under the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Specifically, designated personnel assigned to this contract must also possess a final SECRET personnel security clearance (PCL) issued by the USG. Subcontractors working on this contract must also possess a final Secret FCL and personnel must have a final Secret PCL. All offerors will be required to comply with the security requirements outlined in the NISPOM and supplemental security procedures provided by the client. Sponsorship of a firm for an FCL does not guarantee that a firm will meet the requirements for the clearance. A period of 90 calendar days will be allowed for an A/E firm to obtain the required Secret clearance. If a sponsored firm does not obtain a Secret FCL prior to being asked to develop a detailed price and technical proposal in response to a Request for Proposal (RFP) to design the Moscow NOX, the Department of State will not be obligated to delay the release of the RFP and may request a proposal from the next ranked firm that does have the appropriate facility clearance. Other than sponsorship of the firm, the Department of State assumes no responsibility for the clearance process. Firms, which form joint ventures, must also comply with the above FCL and PCL requirements. A/E firms that currently hold the required security clearances are requested to provide their Commercial and Government Entity (CAGE) Code, if applicable, with their submissions. 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)Design Excellence – 30 Points: Demonstrate the design excellence of the principal designer for this project. Identify the principal designer, describing his/her experience, education, and design awards received. Include a statement of design philosophy and project intent by the principal designer. The statement should include the following (a) overall design philosophy; (b) methods for identifying, analyzing, integrating, and interpreting design parameters, including user’s functional, operational, and technical requirements; (c) philosophy of creating an NOX with a focus on any unique considerations due to its location on the U.S. Embassy compound in Moscow, Russia and (d) professional responsibility as the principal designer. Examples (no more than 10) shall be included to demonstrate design excellence in areas relevant to the project in Moscow as described above, where the principal designer had a lead design role. For these examples, identify other team members and/or consultants who also worked on those projects. (b)Project Organization and Management Program – 30 Points: Demonstrate that the project team and the management of it will fully meet the needs of the Department of State for this project. Include an organizational chart of the proposed prime contractor team showing the proposed design, project management, technical production, and quality assurance/control team members. Show all sub-contractor firms and their primary personnel as proposed for this project on the organization chart. Describe the prime contractor’s Quality Assurance and Quality Control program, to address the design and coordination of this multi-disciplined, complex project. Demonstrate successful projects of similar scope and complexity. Include the qualifications of the personnel who will participate in this program and address the roles that the consultants will play. Demonstrate the capacity of the prime contractor to successfully manage a project of similar characteristics, scale, aggressive design schedule, cost and complexity by presenting five recent projects, three of which must be included in the projects described in response to item (a) above, including the key personnel and consultants. Indicate effectiveness and cost control of each of these projects by identifying the project’s design schedule and completion date, construction budget, construction contract award amount, final construction cost and construction change order rate, include an explanation of the change order amount. In addition, please provide two points of contact with names and phone numbers for each project. (c)Team Professional Qualifications and Specialized Experience – 25 Points: Demonstrate professional qualifications for the entire team necessary to successfully perform the services described above. Include the qualifications of the design, technical and management leaders and team members, and demonstrate the capacity of the team to meet the contract requirements. Include personnel and a discussion of specialized expertise in all of the disciplines described above. Demonstrate the experience, qualifications and other pertinent expertise, concerning the prime contractor and the team, on projects located outside of the United States. Indicate familiarity with metric standards; local materials and methods. (d)Specialized Experience in Physical and Technical Security Design and Safeguarding Classified and Sensitive United States Government Information – 15 Points: Demonstrate specialized experience and superior technical competence in physical and technical security design, including security and surveillance systems and special forced entry and ballistic resistant construction. Provide a description of the philosophy, organization and concepts of management and administration of your firm’s internal security program or efforts to safeguard classified and sensitive U.S. Government information. Explain how security measures were followed during the design phase for any relevant projects. Upon notification of selection, the selected 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. This is not a request for proposal. 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 proposed DOS Fiscal Year 2010 subcontracting goals are: small business - 40%; small disadvantaged business – 14%; small women-owned business – 5%; HUBZone business – 3% and service disabled veteran business – 3% of total dollars subcontracted. The small business size standard North American Industry Classification System code is 541330, $4.0 million average. A/E firms that meet the requirements described in this announcement are invited to submit two copies of a Standard Form 330, Architect-Engineer Qualifications. The submission shall incorporate tabs to clearly identify the different solicitation requirements. A separate part II of the SF 330 is required for the prime A/E firm and for each consultant (subcontractor) proposed. You may find a copy of the SF-330 at the following website: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/SF%20330.pdf 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 email request to Charles Krips at KripsCG2@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 a least 80 percent of principal management 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 dealing with Libya. Firms not meeting the “United Sates persons” requirement will not be considered. All submittals must be received by 3:00 p.m. Washington D.C. time on June 24, 2010. The address for hand delivery or for courier (DHL, FEDEX, etc) is: Mr. Charles Krips, U.S. Department of State, 1701 North Fort Myer Drive, Arlington, VA 22209. Requests for information need to be made by e-mail to KripsCG2@state.gov. Do not request information by telephone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0270/listing.html)
 
Record
SN02159965-W 20100527/100525235456-f9e936a06dd5f313572f880f855a116f (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.