Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12, 2001 PSA #2870
SOLICITATIONS

Y -- IN MOST CASES WORK WILL CONSIST OF RENOVATION AND CONSTRUCTION OF SMALL STRUCTURES. THE WORK MAY INCLUDE BUT MAY NOT BE LIMITED TO COMPLETE REPLACEMENT OF ELECTRICAL, HVAC, STRUCTURAL UPGRADES, SMOKE CONTROL SYSTEM UPGRADES, PHYSICAL UPGRADES AND TECHNICAL SECURITY SYSTEM UPGRADES FOR THE MARINE

Notice Date
June 8, 2001
Contracting Office
Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244
ZIP Code
22219-0244
Solicitation Number
SALMEC-01-RXXX1
Response Due
July 2, 2001
Point of Contact
Howard Williams Jr 703-875-6279 or David Vivian 703-875-6991
E-Mail Address
WilliamsH@state.gov or Vivian@state.gov (WilliamsH@state.gov or Vivian@state.gov)
Description
17. This is an (Eight-A) set-aside sources sought synopsis announcement. The U.S. Department of State (DOS), Office of Overseas Buildings Operations (OBO) (the office formerly known as FBO) is seeking only cleared qualified 8(a) general construction firms (GCF) that have performed overseas (outside of CONUS). All awards that may result from this announcement will be limited to eligible 8(a) concerns in accordance with the SBA Section 8(a) competitive acquisition program. In most cases work will consist of renovation and construction of small structures. The work may include but may not be limited to complete replacement of electrical, HVAC, structural upgrades, smoke control system upgrades, physical upgrades and technical security system upgrades for the Marine Security Guard (MSG) Post 1 area, replacement of exterior hard-line doors or CCTV upgrades. The facilities in most cases will be occupied and in full use during performance and consequently construction phasing is an important consideration under any awarded project. The construction firms must have bonding capability of between $3,000,000.00 and $9,000,000.00 for projects. The sole purpose of this synopsis is to identify prospective sources for work to be awarded prior to September 30, 2001. The Percy Amendment, 22 U.S.C. 302, will apply. Firms who want to be considered for the preference are required to request this preference in writing along with its proposal and submit the following: (A) performance of similar construction work in the United States, and (B) either (i) ownership in excess of fifty percent by United States citizens or permanent residents, or (ii) incorporation in the United States for more than three years and employment of United States citizens or permanent residents in more than half of the corporation's permanent full-time professional and managerial positions in the United States. The scope of construction services under this proposed contract will include: total construction skills and services to fully renovate functional and operational buildings as outlined above, in accordance with construction documents prepared by the United States Government's Architect of Record and approved by the Office of Overseas Building Operations (OBO). The jobs may include on site organization and lines of authority to ensure overall project coordination; daily management oversight and coordination with U.S. Government on-site staff, Architect-Engineer representatives, subcontractors, equipment suppliers, and materials managers, managing job site meetings and submittals from project start to project completion and turnover; quality control program; and construction scheduling to provide overall control throughout the life of the project. In order to be eligible to perform under classified contracts to be awarded prior to September 30, 2001, the successful offeror must currently possess 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 and solicitations and contracts. Responses to this announcement must be received by close of business on July 2, 2001 or sooner. Send to Attn: Mr. Howard Williams JR, U.S. Postal mailing address: Department of State, A/LM/AQM/RA/CON, 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/RA/CON, Construction Branch, Room L-600, 1701 N.Ft. Myer Dr., 17th Street entrance, Arlington, VA 22219.
Record
Loren Data Corp. 20010612/YSOL014.HTM (W-159 SN50O3O1)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on June 9, 2001 by Loren Data Corp. -- info@ld.com