Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26, 2000 PSA #2754
SOLICITATIONS

Z -- CONTRACT AWARD FOR THE RENOVATION OF THE US CONSULATE IN CHENNAI, INDIA.

Notice Date
December 21, 2000
Contracting Office
Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244
ZIP Code
22219-0244
Solicitation Number
SLMAQM-00R6048
Response Due
January 26, 2001
Point of Contact
David W. Vivian, (703875-6991)/viviandw@state.gov
E-Mail Address
click here to contact the contracting officer via (viviandw@state.gov)
Description
BASIC ORDERING AGREEMENTS (BOAs)/INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR WORLDWIDE MECHANICAL CONTRACTOR AND DESIGN-BUILD Reference Commerce Business Daily Notice/Submission number 5043P6, posted in CBDNet on October 16, 2000. Pursuant to Section 3 of the Foreign Service Buildings Act, the U.S. Department of State (DOS), Office of Foreign Buildings Operations (FBO) is seeking to prequalify 8(a) firms for Mechanical Contracting Construction and/or Design-Build projects at various Foreign Service Posts overseas. This amendment is issued to specify that DOS anticipates award of Indefinite Delivery Indefinite Quantity (IDIQ) type contracts not Basic Ordering Agreements (BOAs) to prequalified 8(a) concerns and to change the Solicitation number to read SALMEC-01-R0009 for the 8(a) IDIQ solicitation and SALMEC-01-R0010 for the Small Business BOA solicitation. The description of construction requirements provided in the original notice remains unchanged. Only 8(a) concerns are invited to submit prequalification packages for evaluation under the changed provisions of this notice. Packages received in response to the original notice will be retained for evaluation resubmission is not required. The range of each task order issued under the IDIQ contracts is from $ 20,000 to a maximum limitation of $1 million. The maximum cumulative amount of the task orders issued to any pre-qualified construction and design-build firm in a single year will be $10 million. . The contracts will have a ceiling of $50 million for the base and all option years combined and a guaranteed minimum of $20,000 over the life of the contract. The IDIQ contracts will be issued for one base year plus four option years. A specific period of performance will be established for each Task Order. The successful firms shall perform mechanical construction for new and existing facilities at various Department of State (DOS) offices overseas. These Posts are often in difficult to reach third world locations, having limited transportation, infrastructure, few places to eat, bottled drinking water, poor sanitation and limited lodging. MANDATORY PREQUALIFICATION REQUIREMENTS 1. The offerors must possess or, be able to obtain, a Department of Defense (DOD) final Secret Facility Clearance (FCL) with Secret safeguarding capability in accordance with the National Industrial Security Operating Manual (NISOM), DOD 5220.22-M, and have appropriately cleared personnel. The U.S. Government will sponsor selected firms for a clearance. 2. The offeror must meet the definition of a "United States Person" of P.L. 99-399, Section 402, thereof as follows: (1) Be legally organized and have its principal place of business in the United States for 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 provided administrative, design and construction services for complex office buildings involving U.S. Government secure facilities design for the dollar value of $1 million or more, satisfactorily completed on time within budget. (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 percent of its permanent, full-time positions in the U.S., and employ U.S. citizens in at least 80 percent of the supervisory positions on the project site. (5) Have existing technical and financial resources in the U.S. to perform the contract. (6) Have no business dealings with Libya. 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. PREQUALIFICATION EVALUATION FACTORS Offerors responding to this announcement must submit the following in their statement of qualifications to be considered for pre-qualification using the following evaluation factors (100 points maximum): Factor 1 Technical Approach. Subfactor 1a: 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 contract scope, schedule establishment and control, and budget allocation. 10 points. Subfactor 1b: Financial Capability: Provide documentation demonstrating the financial capability or the ability to secure it and the resources to undertake several simultaneous projects within the funding range stated previously. Provide evidence of the ability to obtain the required performance and payment bonds, and provide a list of banks or other lending institutions which offeror intends to use for financing this project. 10 points. Factor 2: Technical Qualifications. Subfactor 2a: Technical Qualifications Construction: Demonstrate skill and experience in HVAC systems, including installation of boilers, heat exchangers, chillers, cooling towers, related chiller and cooling tower piping, duct work, air handling units, split pack systems; plumbing systems, including potable water (includes purification systems), service water, and waste water systems, compressors, generator engines, fuel supply, storage and leak detection systems. Offerors must have certified wielders on staff or have the ability to obtain them for project work. -15 points Subfactor 2b: Professional Qualifications Design Build: Provide documentation that demonstrates capability to obtain 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 that the principal design and principal construction personnel have either individually or collectively accomplished the design, mechanical engineering and construction of projects of a similar dollar value and technical difficulty as the work identified in this notice. (Minimum of four, maximum of five projects outside of the North American Continent and provide renovation volume per year in the last three years) 15 points. Subfactor 2c: Security: Demonstrate capability in the design and construction of mechanical security systems for buildings. 10 points. Subfactor 2d: Capacity: Offerors must demonstrate capacity to accomplish work within required cost and time parameters 10 points. Subfactor 2e: Recovered material, waste reduction and energy efficiency: Offerors must demonstrate success in prescribing the use of recovered material achieving waste reduction, sustainable design, environmental engineering and energy efficiency in facility design 10 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 the proposed effort. 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 Manger, Contracting Officer, and/or Contract Manager for each referenced project. Offeror's may include additional relevant information demonstrating significant achievements or explain performance problems they consider relevant to the proposed efforts. 20 points. 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 at least one but as many as two IDIQ contracts to 8(a) firms and at least one but as many as two BOAs to small business firms based on evaluation and ranking of the submissions received in response to this notice and other information distribution systems used. All submittals must be provided in three copies (original plus two) and must be received by 4:00 P.M. local time on January 26, 2001. U.S. Postal mailing address: Department of State, Attn: David Vivian, A/LM/AQM/RA/CON, Room L-600, SA-6, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219-8244. Delivery Address for Express Mail or Courier: Department of State, Attn: David Vivian, A/LM/AQM/RA/CON, Room L-600, SA-6, 1701 North Fort Myer Drive, Arlington, VA 22209. (The U.S. Postal Service does not deliver to the 1701 North Fort Myer address). Request for clarifications and questionnaires must be submitted in writing to David Vivian at facsimile (703) 875-7332, or e-mail VivianDW@state.gov by 4:00 P.M. Voice telephone (703) 875-6991.
Record
Loren Data Corp. 20001226/ZSOL011.HTM (W-356 SN5094Q4)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on December 21, 2000 by Loren Data Corp. -- info@ld.com