Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2003 FBO #0414
SOURCES SOUGHT

Y -- PREQUALIFICATION OF OFFERORS FOR DESIGN-BUILD CONTRACT; NEW ANNEX BUILDING PROJECT TIRANA ALBANIA

Notice Date
1/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
SALMEC-03-R0021
 
Archive Date
2/28/2003
 
Point of Contact
Howard Williams, Contract Specialist, Phone 7038756279, Fax 7038756699, - Robert Powell, Team Leader, Phone 7038756060, Fax 7038756085,
 
E-Mail Address
williamsh@state.gov, powellrr@state.gov
 
Description
DESIGN-BUILD NEW ANNEX BUILDING PROJECT TIRANA, ALBANIA THE U.S. DEPARTMENT OF STATE (DOS), Office of Overseas Building Operations (OBO), is seeking to prequalify firms for a Design-Build project to construct an Annex Building at Department of State Foreign Service Post, Tirana, Albania. The Department anticipates award prior to September 30, 2003. The range of the project is from $10million to $20 million. Award of the contract will be competed between the firms chosen for award during Phase II of this solicitation. Offers will be firm fixed-price. A specific period of performance will be established for the project. It is not intended that classified information will be stored or processed in the annex, and the contractor is not required to possess a facilities clearance (FCL) or to have personnel with security clearances..... THE SCOPE OF WORK (SOW) will include design-build construction services to provide non-classified design and new construction for a new annex. The Scope of Work includes the design and construction of underground utility relocation; demolition of existing buildings, mobilization including a site office to remain for Shops after project close-out; job site protection; excavation; site work and related structures to provide a complete, functional building..... THE U.S. EMBASSY, TIRANA, is the first project designed and constructed by the Foreign Buildings Office in 1926 and as such is a designated historic preservation landmark property. Historic preservation during design and construction will be a major component of this project. The approximate building site area and estimated building areas are as follows: Buildable site area: 771 square meters; buildings total gross area: 3,496 square meters. Time is of the essence to design and construction of this project. The government reserves the right not to make award to any offeror receiving less than a satisfactory rating in all evaluation factors and sub-factors..... THE CRITERIA PACKAGE (Statement of Work) issued with the RFP will include Architectural & Engineering Design Guidelines for US Diplomatic Mission Buildings conceptual architecture drawings;, Space Requirements Program; Engineering Feasibility Study, and other information to be used by the D/B contractor. The package includes project specific design such as site utilization; building blocking, stacking, and adjacencies. THE TYPES OF DESIGN SERVICES TO BE PROVIDED WILL INCLUDE, protection of existing buildings and landscaping, architecture; structural, civil, seismic, geo-technical, blast protection engineering; mechanical engineering; electrical engineering; energy conservation; interior design, space planning, systems furniture; signage, security, communications, fire protection, potable water storage and treatment landscaping, cost estimating, scheduling, value engineering, and administrative coordination. U.S. Government codes and regulations, and the applicable laws, codes and standards of foreign countries will apply. Building design submission shall use hard metric units (Systems International). The design will be submitted in AutoCad R2000 files in DOS format. The design/build firm shall be the "Designer of Record " and is responsible for completing the working drawings and specifications in accordance with the Criteria Package. The contract type for the project will be firm fixed-price. Construction services will include construction labor, materials, and equipment to execute the OBO accepted design; on-site organization with management to ensure overall project coordination; overall control throughout the life of the project. Required services include required submittals and institution of controlling programs such as: a quality control program, safety, construction scheduling, cost control, and projects closeout services..... THE PROJECT SOLICITATION WILL CONSIST OF TWO PHASES. This announcement for prequalification is Phase I. The Department of State will evaluate and rate the prequalification proposals based on the evaluation criteria set forth in the following Evaluation Factors. Those offerors receiving a satisfactory evaluated rating from the technical board will be issued a formal solicitation and invited to submit proposed pricing in Phase II. "If more than six satisfactory Phase I packages are received, the Government reserves the right to limit Phase II to the six best qualified offerors." The submissions received in response to the Phase II formal solicitation shall be submitted in the formats provided and will be evaluated in accordance with the evaluation procedures contained in the solicitation. Due to this time constraint it is anticipated that the pre-qualified firms will be required to participate in visits to the project sites within 10 to 15 days after the issuance of the design/build RFP. To offset some of the cost of the site visits and other related costs, pre-qualified firms that do not receive the design/build award will be paid $25,000 for each responsive project proposal they submit in Phase Two..... FIRMS THAT SUBMITTED A PRE-QUALIFICATION PACKAGE for design/build projects of similar scope and value during FY 2002 and were successfully pre-qualified by the OBO technical panel need not resubmit their pre-qualification package under this announcement. If interested, the previously pre-qualified offerors must send the POC a letter of interest prior to the closure date of this solicitation. However, if any changes have occurred in a company's structure, size status, or the Design/Build Team since the submission of the original design/build pre-qualification package the offeror must identify the change(s) in the letter for the government to review and evaluate. The government will determine if such changes are acceptable. Offerors must ensure that they cite the RFP number of the previous pre-qualification solicitation and what specific changes were made since pre-qualification. A change by the contractor must be sent for evaluation to this office regardless of how minor the offeror may believe it is. If no changes have occurred since pre-qualification the offeror must state this in the letter of interest..... MANDATORY PREQUALIFICATION REQUIREMENTS; FIRMS BEING CONSIDERED FOR AWARD UNDER THIS ACQUISITION are limited to United States person bidders. To qualify as a US person bidder, offerors must furnish evidence of (a) performance of similar construction work in the United States, and (b) either (1) ownership in excess of fifty (50) percent by United States citizens or permanent residents, or (2) 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. Each company responding to this notice shall contact the Contract Specialist for a copy of the pamphlet "Certifications Relevant To Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986." The pamphlet must be completed and included as part of the pre-qualifications package. If a joint venture is formed, the company having 51 percent or greater interest in the JV must be the one completing the pamphlet. This is an pass/fail-evaluated area. Offerors must receive a pass rating in this area before proceeding to the next step in the evaluation process. A facility security clearance is not required for this project..... PROPOSAL SUBMISSION REQUIREMENTS/ PREQUALIFICATION EVALUATION FACTORS; PROPOSAL SUBMISSION INSTRUCTIONS: 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. Offerors are cautioned that only the information contained in their submission and any additional obtained concerning past performance will be considered during the evaluation of offerors. Submissions must be provided in original and three copies, and formatted and tabulated by evaluation factor: Factor 1 - Technical Approach; Factor 2 - Technical Qualifications, 2a - Professional Qualifications Construction, 2b - Professional Qualification Design, 2c - Security 2d - Capacity; Factor 3 - Past and Present Performance. Maximum page limit for submissions is 200 single sided pages/100 doubled sided pages. The required SF Forms 254 and 255 are limited to 100 single sided pages and are included in the total maximum page count of 200 pages. No more than 50 of the total 200 pages may be foldouts, maximum size 11.5" by 17". Offers shall be submitted in size twelve (12) font, except the SF Forms 254 and 255 which may be prepared in size ten (10) font. The pages comprising the preprinted package required for the Certifications Relevant To Public Law 99-399, and the copy of the Joint Venture Agreement, when applicable, are not included in the maximum page count..... OFFERORS RESPONDING to this announcement must contact the Contract Specialist by means listed below to obtain a Statement of Qualifications for Purpose of Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 for submission with their qualification package. The statement of qualifications pamphlet must be submitted in quadruplicate (original plus three copies) to be considered for pre-qualification using the following evaluation factors (100 points maximum)..... FACTOR 1 - TECHNICAL APPROACH AND 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 the contract scope, schedule establishment and control, and budget allocation. Clearly demonstrate the relationship amongst the offeror, subcontractors and OBO. Show the process and method of identifying and correcting deficiencies. The Government will evaluate the extent to which the offeror's proposed plan demonstrate a comprehensive and effective approach for management and coordination of decision making and project personnel and development and control of project schedules and budgets. - 20 points. FACTOR 2: TECHNICAL QUALIFICATIONS. SUB-FACTOR 2A: PROFESSIONAL QUALIFICATIONS CONSTRUCTION - Provide a minimum of four projects, at least two outside of the North American Continent, and provide renovation volume per year in the last three years. The Government will evaluate the extent to which the offeror's proposal: (a) Demonstrates professional qualifications, specialized experience, and technical competence in design and construction of domestic and international projects involving multiple contractor and subcontractor disciplines; (b) Demonstrates success in prescribing the use of recovered material achieving waste reduction sustainable design, environmental engineering and energy efficiency in facility design; (c) Demonstrates experience in HVAC refrigerant recovery and minimum use of water treatment chemicals; (d) Demonstrates that the principal designer and principal construction contractor have either individually or collectively successfully accomplished the design and construction of projects of a similar scope and dollar value as that specified in this notice; (e) demonstrates successful adherence and consideration of historically important buildings. - 20 points. SUB-FACTOR 2B: PROFESSIONAL QUALIFICATIONS DESIGN: Provide documentation demonstrating the offeror's existing relationships or the capability to obtain and provide 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 accomplishment of project designs of a similar dollar value and technical complexity as this notice. The offeror shall provide examples of projects that demonstrate functionality, security, sustainability, maintainability, aesthetics and cost effectiveness. (Minimum of four, maximum of five projects at least two outside of the North American Continent). The submission for this factor shall include completed Standard Forms 254, Architect-Engineer and Related Services Questionnaire, and 255 Architect-Engineer and Related services Questionnaire for Specific Project. The Government will evaluate the extent to which the offeror's proposal demonstrates capability to obtain and provide specialized experience, licensed professional engineers and architects having technical competence in the design of similar international and domestic projects involving multiple disciplines and subcontractors. The Government will evaluate the extent to which the offeror demonstrates successful accomplishment of project designs of a similar dollar value and technical complexity as that of this notice. During the evaluation process, the information provided in the SF forms 254 and 255 will be reconciled with the proposal text. - 25 points. SUBFACTOR 2C: SECURITY: Demonstrate capability in the design and construction of physical and technical security systems for buildings, including blast and HVAC chemical and biological protection. - 10 points. SUBFACTOR 2D: CAPACITY: The Government will evaluate the extent to which the offeror's proposal demonstrates capacity (financial, professional, and personnel resources) to accomplish work within required cost and time parameters. - 15 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 renovation design/build similar to that identified in this notice. 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 Manager, Contracting Officer, and/or Contract Manager for each referenced project. Offerors may include additional relevant information demonstrating significant achievements or explain performance problems they consider relevant to the proposed efforts. The Government will evaluate the extent to which the offeror's past performance demonstrates conformance to specifications and compliance with contract terms and conditions; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel. - 20 points. Note: As prescribed in the Federal Acquisition Regulation at 15.305(a)(2)(iv), an offeror without a record of relevant past performance or for whom information on past performance is not available will receive a neutral rating 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 a contract to the offeror determined prequalified based on proposals received in response to this notice, and information concerning past performance obtained from available sources, and to offeror(s) submitting the most advantageous Phase II proposal, as determined in accordance with the Phase II source selection criteria. ALL SUBMITTALS MUST BE RECEIVED by 4:00 P.M. EST February 28, 2003. TRANSMISSION OF PROPOSALS: Offerors are advised to hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC.) to the following address (DO NOT USE the U.S. POSTAL SERVICE (PO Box) ADDRESS) U.S. Department of State: Attn: David Vivian/Howard Williams; A/LM/AQM/FDCD/CON, Room L-600, SA-6; 1701 North Fort Meyer Drive, (17th St. Entrance); Arlington, VA 22209. Include the solicitation number, SALMEC-03-R0021 on the face of the package..... REQUESTS FOR CLARIFICATIONS MUST BE SUBMITTED in writing to Howard Williams by mail, at facsimile (703), 875-6699, or e-mail WilliamsH@state.gov. Voice contact telephone (703) 875-6279.
 
Place of Performance
Address: TIRANA, ALBANIA
Zip Code: N/A
Country: AS ABOVE
 
Record
SN00243167-W 20030120/030118213422 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.