Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1998 PSA#2237

Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244

Y -- DESIGN/BUILD PROJECT-NEW EMBASSY OFFICE BUILDING IN KAMPALA, UGANDA SOL S-FBOAD-99-R-0011 POC James K. Kimmel (703) 875-6276 or facsimile 875-6292 WEB: STATE DE (AART, EMT ACQUISITION WEB SITE), http://www.statebuy.inter.net/home/htm. E-MAIL: Design/Build Project in Kampala, Uganda, NEILLWE@STATE.GOV. The U.S. Department of State (DOS), Office of Foreign Building Operations (FBO) is seeking qualified design-build firms for a new office building (NOB) in Kampala Uganda. The embassy is configured to accommodate Department of State functions; executive section; political, economic, consular, administration, budget and finance, communications, medical, and security sections; marine security guards; as well as tenant organizations, such as Department of Defense. The Building will be located on a sloping site of approximately 7.2 acres in the Nsambya area of Kampala. The building size is 2623 gross square meters (28,066 gross square feet). Design and construction cost is estimated in the range of $8 to 12 million. The design-build contract period of performance is 30 months. The contract type is firm fixed-price. This is a two step solicitation; this solicitation is for Phase One. As a result of the evaluations of submittals for Phase One, selected firms will be invited to submit cost and technical proposals for the project as part of phase Two. The Phase Two RFP will include a definitive Project Definition Document (PDD) for the building program (developed concept), which the pre-selected contractors will use as the basis for their proposals. The offeror's technical proposal will include drawings and specifications and will address the offerors capabilities, and how the requirements of the statement of work will be satisfied. The technical proposal will be evaluated to determine the offerors understanding of the work to be performed, technical approach, and the ability to complete the work in 30 months. Cost for the proposal, to include a pre-proposal site visit, will be defrayed with a $100,000.00 stipend. The scope of architectural and engineering services under this proposed contract will include: architecture and urban design; structural, civil, mechanical, electrical, seismic and Geotechnical engineering; space planning and systems furniture integration; interior design; security, communications, and RF shielding systems design; blast and fire protection engineering; landscape design; cost estimating; scheduling; value engineering; administrative coordination of the various disciplines involved; and services during construction. U.S. Government codes and requirements, to include UFAS and sustainable design, as well as the applicable laws, codes, and standards of Uganda will apply. The building will be designed and constructed in hard metric (System International) units. Each design submission shall include AutoCad R 13 or 14 files in Department of State format. The scope of construction services under this proposed contract will include: total construction skills and services to produce a functional and operational US Embassy in Kampala, in accordance with the finalized (by the design-build entity) construction documents as approved by FBO; on site organization and lines of authority to ensure overall project coordination; daily management oversight and coordination with US Government on-site staff, Architect-Engineer representatives, subcontractors, equipment suppliers, materials managers, job site meetings, and submittals from initiation to turnover; quality control program; construction scheduling to provide overall control throughout the life of the project. It is anticipated that a limited notice to proceed will be issued at the 60% design stage for site work, foundations, and building shell structure. Subsequent construction notices to proceed will be made for interior design, architectural, mechanical, plumbing, and electrical work. The successful offeror, including all entities which comprise a joint venture, must possess, or be able to obtain within 90 days, a Department of Defense (DOD) final Secret facility clearance (FCL) with Secret safeguarding capability in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M prior to contract performance. Appropriately cleared personnel will also be required for contract performance. Firms, which form joint venturesfor the purpose of bidding on this contractual effort and/or for contract performance, must also comply with the facility and personnel security clearances stated above. The Department of State will sponsor the selected firm for a clearance. Firms 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 for more than 5 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, professional, or construction 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% of its permanent, full-time positions in the U.S.; and will employ U.S. citizens in at least 80% of the supervisory positions on the NOB project site; (5) Have existing technical and financial resources in the U.S. to perform the contract; (6) Have no business dealings with Libya. Firms not meeting the "United States persons" requirement will not be considered. No more than 50 percent of the total value of the contract can be subcontracted for this project. Firms responding to this announcement on or before the closing date will be considered for pre-qualification using the following evaluation criteria 100 points maximum: (1) Technical Approach 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 contract scope, schedule establishment and control, and budget allocation and administration. Offerors must also present their minority and small business-subcontracting plan. 15 pts. b) Offerors must demonstrate that they have the financial capability and resources to undertake their proposal to accomplish the project within the funding range stated previously and be able to obtain the required performance and payment bonds, or bank letters of credit or guarantee; and must have a total combined design/construction and renovation business volume of at least equal to the level of their proposal per year in three of the last five years using the project criteria above. Offerors must provide a list of banks or other lending institutions which offeror intends to use in order to finance this project, and provide credit references. 15 pts. (1) Technical Qualifications a) Professional qualifications, specialized experience, and technical competence in the design of similar international projects involving multiple contractor and sub-contractor disciplines. Offerors must demonstrate that the principal designer and the principal construction contractor have either individually or collectively accomplished the design and construction of projects of a similar value. (Maximum of five each) 20 pts. b) Demonstrated design excellencein projects of a similar size and complexity. 15 pts. c) Demonstrated success in the design and construction of physical and technical security systems for buildings. 10 pts. d) Offerors must demonstrate capacity to accomplish work within the required cost and time parameters. 15 pts. e) Demonstrated success in prescribing the use of recovered material achieving waste reduction and energy efficiency in facility design. 5 pts. f) Past performance of offeror's team. 5 pts Failure to address each of the foregoing criteria in writing will result in failure to qualify. In addition, failure to meet the requirements of each one of these criteria fully, or to provide the requisite information, will result in failure to qualify. When responding to criteria (2) b through (2) d above, offerors must list the owner's name, address, telephone number, and contact person for each project. As a means of verification of their ability to meet each of the aforementioned criteria, design/build firms that meet the requirements described in this announcement are invited to submit two copies of the following: (a) A Standard Form 254 Architect/Engineer and Related Services Questionnaire. (b) A Standard Form 255 Architect/Engineer and Related Services Questionnaire for Specific Project. (c) Business management plan for design/build projects. (d) Statement of qualifications (U.S. Person) 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 see below). (e) Design and construction portfolios which illustrate the design/build team's capabilities. This is a solicitation only for Phase 1 (pre-qualification) only. Based on scoring and evaluations of proposals received under the Phase One solicitation, the government will select, the three most qualified firms to participate in Phase Two (award). The pre-qualified firms will be asked to submit cost and technical proposals. Technical evaluation factors for these submissions will include design concepts to be employed, management approach, and technical solutions proposed for the design/build approach, key personnel to be utilized, and project cost. All evaluation factors, other than cost or price, when taken together are significantly greater than cost or price. Contractors will also be required to identify the extent of small and disadvantaged business concerns in the performance of the work. The Government will select the most advantageous approach for the projects. All submittals must be received by 4:00 p.m. local time on February 16, 1999. U.S. Postal mailing address: Department of State, Attn: Jim Kimmel, A/LM/AQM/RAD, Design/Construction Branch, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219. Delivery address for Express Mail or Courier: Department of State, A/LM/AQM/RAD, Design/Construction Branch, Room L-600, 1701 N. Ft. Myer Dr., Arlington, VA 22219. (The U.S. Postal Service does not deliver to the 1701 N. Ft. Myer address). Request for questionnaire forms and requests for clarification must be submitted in writing to Jim Kimmel no later than 4:00 p.m. local time on January 3, 1998. The fax number is (703) 875-6292. ***** Posted 12/04/98 (W-SN277419). (0338)

Loren Data Corp. http://www.ld.com (SYN# 0100 19981208\Y-0008.SOL)


Y - Construction of Structures and Facilities Index Page