Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2007 FBO #2029
SOLICITATION NOTICE

38 -- Department of State 2007 Design-Build Contract for the Brussels Chancery Renovation Project RFP: SALMEC-07-R-0060

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219, UNITED STATES
 
ZIP Code
22219
 
Solicitation Number
S-ALMEC-07-R-0060
 
Response Due
5/22/2007
 
Point of Contact
Tyler Sinclair, Contract Specialist, Phone 703-875-6110, Fax 703-875-5272, - Robert Powell, Chief, Phone 7038755164, Fax 7038756699,
 
E-Mail Address
sinclairte@state.gov, powellrr@state.gov
 
Description
Department of State 2007 Design-Build Contract for the Brussels Chancery Renovation Project RFP: SALMEC-07-R-0060 Notice of Solicitation of Submissions for Contractor Pre-Qualification THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO) is requesting submissions to pre-qualify firms for Design-Build (D/B) services for the design and construction of the Brussels Chancery renovation project located in Brussels, Belgium. Portions of this project require the use of cleared American workers however the remainder of the project can be accomplished by local workers. The contract type for this project will be firm fixed-price. Award of this contract is subject to the availability of funds. The project is described below. 1. Project List Brussels Belgium Chancery Renovation Project The project will require design modification and construction of a Chancery that existing on US Embassy Compound in Brussels. Estimated design-build cost: $7 to $9 million. Duration of this project is not to exceed 18 months 2. Project Solicitation The project solicitation will consist of two phases. Phase I – Pre-Qualification of Offerors This announcement of solicitation of pre-qualification submissions is Phase I. DOS will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth below. Phase II – Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified in accordance with this notice will be issued a formal Request for Proposal (RFP) for the project and invited to submit proposed pricing in Phase II. The RFP will include a statement of work, standards, and criteria that set out the project scope, design requirements, design process, design documentation, design expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. The selected D/B contractor will be the “Designer of Record” and responsible for modifying the construction drawings and specifications in accordance with the solicitation documentation provided. The contract will be “firm fixed-price.” Construction services will include providing construction labor and materials to execute the OBO-accepted design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project. Required services include preparation of construction documents, quality control plans, safety plans, project schedules, cost estimates, and project close-out activities. The types of design services to be provided will include architecture; structural, civil, mechanical, fire protection, electrical, space planning, interior design; signage; security; communications, cost estimating; scheduling; value engineering; and administrative coordination of the various disciplines involved. The existing design documents will require modification by the D/B contractor based on the project specific design direction that will be provided in the RFP. The Government will provide the existing drawings, specifications and articulate the modifications required. Due to time constraints, DOS anticipates that the pre-qualified Offerors will be required to participate in visits to the project site within 10 to 15 days after the issuance of the RFP. 3. Prior Pre-Qualification of Certain Offerors Offerors may pre-qualify on the basis of Phase I submissions that were evaluated and approved in previous years. A. Firms found pre-qualified for other Department of State work in fiscal year 2007 or 2006 or 2005 may pre-qualify for this project by submitting a letter of interest as described below prior to the closure date of this solicitation. Letter of Interest from Previously Pre-Qualified Offerors: The letter must be submitted in accordance with paragraph A above and indicate for which projects pre-qualification is sought. Changes in the Offeror’s structure, size status, or Primary Design-Build Team since the submission of the most recent approved D/B pre-qualification submission must be identified in the letter for DOS to review and evaluate. Offerors must cite the RFP number of the previous pre-qualification solicitation and what specific changes have been made since pre-qualification. Every change must be sent for evaluation regardless of how minor the Offeror may believe it is. If no changes have occurred since the prior pre-qualification, the Offeror must so state in the letter. Prequalification based on prior pre-qualification is subject to a satisfactory evaluation of subsequent performance as described in Factor 3 below. Offerors need not provide additional Past Performance information unless specifically requested to do so. 4. Mandatory Pre-Qualification Requirements MANDATORY PREQUALIFICATION REQUIREMENTS: Firms being considered for award under this acquisition are limited to United States person bidders. Each company responding to this notice shall contact the DOS 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 is contained in the FEDBIZOPPS announcement.) 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 a pass/fail evaluated area. Offerors must receive a pass rating in this area before proceeding to the next step in the evaluation process. Information on the US persons requirements may be viewed at: http://www.statebuy.state.gov/grants/authorities.htm#procurement 5. Security Clearance Requirements In order to be eligible to perform under this contract, the pre-qualified firm(s), including all entities which comprise a joint venture, must possess a Department of Defense (DoD) Secret facility security clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. If a joint venture is submitting a proposal, the joint venture itself must have the requisite Secret FCE and safeguarding approval. Security clearances must be issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Specifically designated personnel requiring access to classified information or to the Controlled Access Areas (CAA) must also possess a Secret or Interim Secret personnel security clearance issued by DSS. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required pre-qualification documentation. All firms must comply with security requirements detailed in the NISPOM. DOS will not sponsor any uncleared firm or joint venture for a facility clearance for this solicitation, due to the project time constraints. 5. Proposal Submission and Evaluation A. Submission Requirements. The Offeror must submit sufficient documentation to allow DOS to evaluate its capabilities with respect to the factors listed in C below. To be considered for qualification, the Offeror must address each factor in writing and fully meet the requirements of each factor. Only the information in the submission and any additional information obtained concerning past performance will be considered during the evaluation of the Offeror. Each of the factors below will be evaluated on a pass/fail basis. B. Proposal Format: Submissions must be provided in original and three copies, and formatted according to evaluation factors. Maximum page limit for submissions is 75 single sided pages/38 doubled sided pages. The required SF Form 330 is limited to 10 single sided pages and is included in the total page count. Project lists and other information required in the SF 330 may be cross referenced in other areas of the submission and need not be duplicated. No more than 25% of the total number of pages may be foldouts, maximum size 11.5” by 17”. Offers shall be submitted in size twelve (12) font, except the SF Form 330 which may be prepared in size ten (10) font. The pages comprising the pre-printed package required for the Percy Amendment Certification Form, and the copy of the Joint Venture Agreement, when applicable, are not included in the maximum page count. C. Content of Submissions and Factors For Evaluation FACTOR 1: BUSINESS MANAGEMENT PLAN AND ORGANIZATION A. The Offeror shall provide a brief description of its business management plan for D/B projects that addresses offeror’s methodology for decision making, personnel management, team approach, quality assurance, etc. in the execution of the contract scope, schedule, and cost. B. The Offeror shall provide an organizational chart for the D/B team as part of the SF330, clearly displaying the relationship between prime contractor, designers, and OBO. The chart shall depict organizational structure and describe the relationship of key positions for both design and construction activities (including all consultants and QC personnel). If the organization is a JV, the chart shall clearly indicate the allocation of authority within the JV. DOS will evaluate whether the Offeror’s proposed business management plan and organization clearly demonstrate a comprehensive and effective approach for management and coordination of decision making, project personnel and development, and control of project design products, schedules and costs. FACTOR 2: TECHNICAL QUALIFICATIONS A. Prime contractor capabilities. The Offeror shall describe either four or five projects to demonstrate technical qualifications. One of those projects should be a D/B project and at least three of them should be substantially completed. Projects may include similar construction on military locations. In addition, the Offeror shall provide data on annual construction volume for each of the last three years. Offeror shall provide resumes of all key design and construction management personnel. Offeror may substitute personnel in its Phase II Proposal; however, their qualifications must meet or exceed those submitted for Phase I. B. Design team qualifications. Offeror shall provide documentation demonstrating its internal capability, existing relationships, and/or the capability to obtain and provide licensed professional engineers and architects having specialized experience and technical competence in the design of similar domestic or international projects involving multiple disciplines and subcontractors. Projects may include similar construction on military locations. The SF330 must include data on the principal designer and major subcontractors, including those for architecture, interiors, fire protection, landscape, civil, geotechnical, structural, blast, mechanical, electrical, security and telecommunications. Experience shall include physical and technical security systems for buildings, including blast and environmental security (chemical and biological agents). Offeror’s projects must demonstrate functionality, security, sustainability, maintainability, aesthetics, and cost effectiveness. Design teams shall demonstrate their commitment to design excellence, providing project data, awards, and other supporting information on the experience of the key design personnel. During the evaluation process, the information provided in the SF 330 will be reconciled with the proposal text. C. Capacity. The Offeror shall provide a description and graphic chart of resources available to demonstrate its capacity to execute the proposed project(s). The SF330 will be used to evaluate A/E capacity. DOS will evaluate whether the Offeror’s proposal 1. demonstrates capability to provide professional qualifications, specialized experience, and technical competence in design as well as design-build of domestic or international projects involving multiple contractor and subcontractor disciplines; 2. demonstrates that the Offeror and its design team have either individually or collectively been successful in accomplishing the design (preferably design-build) of projects of a similar scope, complexity and dollar value as the project for which prequalification is requested; 3. demonstrates that the D/B team will have sufficient capacity, including sufficient financial, professional, personnel, and facility resources, to accomplish the project(s). FACTOR 3: PAST AND PRESENT PERFORMANCE Offeror shall submit detailed information concerning Federal, State, and Local Government, and private contracts that demonstrate ability to perform D/B projects similar to those for which prequalification is requested. Performance shall have been within the last three years. These contracts may have been executed 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 for each contract shall include Offeror’s company/division; project name; customer contact and agency/company; contract number; brief description of effort and relevance to the proposed effort; type, value and performance period of contract; Offeror’s role in the work (prime or sub); name, address and telephone number of current or last Program Project Manager, Contracting Officer, and/or Contract Manager. Offeror may include additional relevant information demonstrating significant achievements or explain performance problems it considers relevant to the proposed efforts. DOS will evaluate whether the Offeror’s past performance for other customers and its past performance for DOS demonstrate conformance to specifications and compliance with contract terms and conditions, including subcontracting plan goals for small disadvantaged businesses; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; conformance to construction safety plans; adherence to security requirements; 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. 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 other requirements described in this notice 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 D/B contractor’s capabilities. 6. Closing Deadline for Submissions ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 P.M. EST May 22, 2007. TRANSMISSION OF PROPOSALS: Offerors shall hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC.) to the following address: U.S. Department of State: Attn: Tyler Sinclair/Robert Powell A/LM/AQM/FDCD/CON, Room L-600, SA-6 1701 North Fort Myer Drive Arlington, VA 22209 (DO NOT USE THE U.S. POSTAL SERVICE (PO Box) ADDRESS) Include the project solicitation number(s) on the face of the package. REQUESTS FOR CLARIFICATIONS must be submitted in writing to Tyler Sinclair by email SinclairTE@state.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/S-ALMEC-07-R-0060/listing.html)
 
Place of Performance
Address: Brussels
Country: BELGIUM
 
Record
SN01320758-F 20070617/070615230920 (fbodaily.com)
 
Source
FedBizOpps 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.