Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2011 FBO #3393
SOURCES SOUGHT

Y -- Department of State 2011 Construction Contract for New London Embassy (NLE), London, England - Notice of Solicitation of Submissions for Contractor Pre-Qualification

Notice Date
3/8/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA-11-R0018
 
Archive Date
5/31/2011
 
Point of Contact
David W. Vivian, Phone: 7038756991, Jillian M. Savage, Phone: 703-516-1580
 
E-Mail Address
viviandw@state.gov, savagejm@state.gov
(viviandw@state.gov, savagejm@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire PUBLIC RELEASE OF INFORMATION US Flag Carrier Shipment Requirements CERTIFICATIONS RELEVANT TO PUBLIC LAW 99-399 Statement of Qualifications for Purpose of Section 402 Requirements for 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 pre-construction phase and construction services for the New London Embassy (NLE) in London, England. The Project is described below. 1. Project Description(Secret Facility and Personnel Security Clearance Required) SAQMMA-11-R0018: London NLE London NLE. The Project will consist of pre-construction phase services and construction of a New London Embassy (NLE), including a New Office Building (NOB); a Central utility plant; associated site work; utilities and infrastructure; and facilities access facilities, on the newly purchased US Embassy site in London, England. Approximate site area : 2.15 hectares. New buildings area: 206,341 gross square meters. Estimated construction cost: $440 - $510 million. 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. DOS may refuse to pre-qualify any offeror receiving less than a satisfactory rating on any evaluation Factor or Sub-factor. Firms submitting information for qualification shall address the following criteria in a proposal to provide pre-construction services during the design phase and to construct the NLE: Management of a large complex projects; Schedule management; Logistics management to include site and transportation security; Design Excellence; Life cycle cost management; maximized attainment of LEED and BREEAM goals for Sustainability; Safety; Maintainability and operability; and Adherence to design quality. Firms submitting prequalification packages may be required to make live presentations to the Department. The Government will conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions. 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 participate in a site visit and submit technical and pricing proposals in Phase II. Phase II proposals will provide pricing for the pre-construction phase; the offeror's construction phase technical solution; and a construction phase price proposal including target price, ceiling price, profit/fee, and overhead, and general & administrative cost. The awarded contractor shall propose a firm fixed-price for construction services towards the end of the design phase - approximately 90 to 100 percent design development. The submissions received in response to the Phase II RFP shall be the basis for award of the contract for preconstruction services (Part A) and Construction Phase services (Part B). The RFP will include a Statement of Work (SOW) for preconstruction services and a SOW for construction services; standards; a Project Management Plan (PMP) for The Project that establishes the project scope, including pre-construction activities, communication requirements, construction process, post-construction activities; codes and standards; and security requirements. The scope and requirements for construction will be provided in the RFP by incorporation of the Statement of Work (SOW) for Planning, Architectural and Engineering Design Services for the NLE dated 17 May 2010. The AE design services package includes cost summary, target cost, target schedule, project specific specifications, and OBO standard specifications and guidelines. The contract will be firm fixed-price, for both Part A and Part B as described below. **********************SEE ATTACHED****************************
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-11-R0018/listing.html)
 
Place of Performance
Address: London, England, London, United Kingdom
 
Record
SN02395414-W 20110310/110308234047-facd79ec4ac3b55e2bc9726e26f25b36 (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.