Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 13, 2001 PSA #2892
SOLICITATIONS

C -- A/E SERVICES FOR THE RENOVATON OF THE U.S. EMBASSY IN RABAT, MOROCCO

Notice Date
July 11, 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-E-0051
Response Due
August 15, 2001
Point of Contact
Linda G. Patton, Cont. Spec. at (703) 875-6291; Pat Regalo-Warren, Cont. Officer at (703) 875-6282
E-Mail Address
Presolicitation for A/E Services for the renovation (PattonLG@state.gov)
Description
The U.S. Department of State's Office of Logistics Management, on behalf of the Overseas Buildings Operations, is seeking a qualified architectural/engineering firm to provide design services for the rehabilitation of the 6,536 square meter Chancery in Rabat, Morocco. Phase 1 will consist of a survey and report and cost estimate with design/construction recommendations (including documentation and analysis) on existing conditions and deficiencies of the Chancery compound. Phase 2 includes the preparation of design and construction documents for the rehabilitation of the Chancery. Phase 2 will be a priced option. The estimated construction cost is approximately $13 million. The estimated start of Phase 1 is December 2001 with completion in May 2002. The type of contract will be firm-fixed price. This contract will be set aside for small businesses only. The small size business standard for A/E firms is $4 million or less based on the annual average gross revenue of a firm that has been in business for three or more complete fiscal years. Phase 1 shall include but not be limited to analysis and recommendations for the following areas: repair of windows; new central HVAC; rehabilitation of electrical systems to include specialty lighting; upgrading of the facility to conform to fire and life safety codes; improving information management (the upgrading of relevant technology may involve physical changes to the existing building environment); reducing security vulnerabilities; improving space utilization; improving interior design; ensuring that the entire facility is accessible to individuals with disabilities; ensuring that the facility maximizes the potential for energy conservation and efficiency; and ensuring that the facility design is sustainable. The disciplines required under this design contract will include: architecture, interior design, energy engineering, structural, seismic, mechanical and electrical engineering; communications; physical and technical security; space planning and systems furniture integration; fire protection engineering; scheduling; cost engineering; value engineering and administrative coordination of the various disciplines involved. U.S. codes and U.S. Government requirements, including Uniform Federal Accessibility Standards (UFAS) and sustainable design, as well as the applicable laws, codes and standards of the host country, will apply. The project will be designed in hard metric (System International) units. Each design submission will include AutoCAD R 13 or 14 files in Department of State format. The successful A/E firm, including all entities which comprise a joint venture and all subcontractors, which will require access to classified information, must possess, or be able to obtain a Department of Defense (DoD) interim 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. The Department of State will sponsor the successful firm for a clearance, if the firm does not currently have the appropriate FCL. 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 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 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 at least 80 percent of the 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.; (5) have existing technical and financial resources in the U.S. to perform the contract; and (6) have no business dealings with Libya. No more than 50% of the total value of the contract can be subcontracted for this project. Firms not meeting the "United States persons" requirement will not be considered. 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) Professional qualifications necessary for satisfactory performance of required services as individuals and as a team (25 pts. max); b) Specialized experience and technical competence in facility rehabilitation and system replacement projects of a similar scale and complexity involving multiple disciplines, e.g. architectural, interior design and space planning, structural, mechanical, and electrical in office buildings. Provide data for a maximum of five recent projects that would demonstrate examples of creative solutions in facility design, including such things as sustainable design, energy efficiency, barrier-free accessibility, and accommodating an organizational phasing plan of tenant personnel. (25 pts. max); c) Previous record of performing similar work on schedule while maintaining effective cost and quality control. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness by listing budget/estimated construction cost, award amount, and final design estimate and construction change order rate for five recent projects. Although previous or ongoing performance of a similar U.S. Government contract is not a requirement for firms responding to this solicitation, if such contracts have been performed, the offeror must have performed at a satisfactory level at a minimum (15 pts. max); d) Ability to provide and coordinate a multidisciplinary effort either in-house or with consultants. If using consultants, must demonstrate that they have worked together successfully as a team in providing similar services (15 pts. max); e) Specialized experience and technical competence in physical and technical security upgrades, including security and surveillance systems and special forced entry and ballistic resistant construction (10 pts. max); f) Previous experience with foreign projects and knowledge of local codes and standards and construction practices (10 pts. max). 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 (b) and (c) above, Offerors must list the owner's name, address, telephone number, and contact person for each project. A/E 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 (maximum 10 projects). 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 FAX request to Ms. Linda Patton at 703-875-6291, or by e-mail at pattonlg@state.gov. All submittals must be received by 4:00 p.m. Eastern Standard Time on August 15, 2001. Postal mailing address: U.S. Department of State, A/LM/AQM/FDCD/AE Room L-600, Attention: Linda Patton, P.O. Box 12248, Arlington, VA 22219-8244. Courier address: Ms. Linda Patton, U.S. Department of State, A/LM/AQM/FDCD/AE, Room L-600, 1701 North Fort Myer Drive, (17th Street trance), Arlington, VA 22209. (Note: The Post office will not deliver to the street address.) Requests for questionnaire forms or requests for clarification must be submitted in writing to Linda Patton via fax at (703) 875-7332, by mail, or by e-mail. No telephone requests, please.
Record
Loren Data Corp. 20010713/CSOL006.HTM (W-192 SN50R4L5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 12, 2001 by Loren Data Corp. -- info@ld.com