Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

C -- Paris Residential Facility - Prohibited Countries List

Notice Date
4/17/2012
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
 
ZIP Code
22219
 
Solicitation Number
S-AQMMA-12-R-0237
 
Archive Date
6/2/2012
 
Point of Contact
Brian F Mulcahy, Phone: 875-6012
 
E-Mail Address
mulcahybf@state.gov
(mulcahybf@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Prohibited Countries List The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Bureau of Overseas Buildings Operations (OBO), is seeking a qualified U.S. architectural/engineering (A/E), joint venture or other such entity, to provide comprehensive A/E design services for a new residential facility in Paris, France. This will be a design-bid-build project. The resultant contract shall be fixed price. This is an unclassified project; a security clearance is not required. The estimated construction cost is in the range of $22-25 million. The new residential annex will be approximately 800 to 900 gross square meters in area and will include living quarter space for 12 embassy personnel. In addition, there will be an underground parking garage to hold approximately 90 vehicles. The project will also include new perimeter and vehicular/pedestrian screening facilities. The residential annex will be constructed on a U.S. government-owned property located in a central urban neighborhood; on a constrained site near the U.S. Embassy; and subject to local historic preservation controls. This DOS project shall demonstrate the value of integrated design balancing aesthetics, cost, constructability, reliability, and following the Guiding Principles of Design Excellence in Diplomatic Facilities (www.state.gov/obo). This project will be designed and constructed to exemplify the highest standards of sustainability. The A/E services required include work involving architectural, landscape and engineering disciplines for an overseas diplomatic facility. At a minimum, additional expertise will be required in: communications; security; specialized structural design; sustainable design; space planning and interior design; food service planning; vertical transportation; lighting design; reliability centered maintenance; design and construction scheduling; cost estimating; and value engineering. The successful offeror will be required to have an approved local design consultant. Identifying the local consultant is not required at this time. Information on the local consultant requirement will be provided to the successful offeror when the request for proposal is issued. U.S. codes and USG requirements will apply as will applicable local zoning and/or building codes. The site, buildings, and related facilities, will be designed in hard metric (system International) units. Construction documents shall be submitted with AutoCAD Release 2008 or higher and REVIT Architecture 2008. The successful offeror will be required to use OBO ProjNet for the electronic transmission of Sensitive But Unclassified USG information. A two-stage process shall be used in the award selection, as follows: In Stage 1, prospective offerors will submit a portfolio of accomplishments that establish the design capabilities of the A/E firm and the Lead Designer. The Pre-Selection Board (PSB) will establish a short-list of offerors to be further considered in Stage 2. In Stage 2, upon notification offerors will assemble their technical and local consultant teams. The offerors will submit detailed information on their organization and qualifications. Offerors' submittals will be point-scored by the PSB based on evaluation criteria provided by OBO at the conclusion of Stage 1. The Stage 2 offerors and OBO will be required to travel Paris, France for a general orientation and overview of the site (information to be provided in Stage 2). A fixed stipend, in an amount yet to be determined, but intended to defray the costs of the travel costs, will be provided to offerors in Stage 2. After the site visit/orientation, the short-listed offerors will be required to make presentations to the PSB, most likely at State Annex Six located in Arlington, Virginia. The PSB will not re-score the offerors, but will make its own determination of the most highly qualified team consistent with the announced evaluation criteria and will recommend that offeror for award to the OBO Director. Stage 1 Submission Requirements and Evaluation Criteria. The assembled content for the Stage 1 portfolio should equal to 50 single-faced pages. 8 ½" x 11" format will be counted as one page and 11" x 17" will be counted as two pages. Submissions shall be double-sided, where feasible. The Stage 1 submission shall include a cover letter referencing the FedBizOpps announcement and briefly describing the A/E firm and its location, organizational makeup, and noteworthy accomplishments. In response to the requirements and evaluation criteria listed below, the submission shall be tabbed accordingly: Section 1-SF 330, Section 2-Lead Designer Portfolio, Section 3-Philosophy/Design Intent, Section 4-Lead Designer Profile, Section 5-Past Performance. The PSB, which is comprised of representatives from the Overseas Buildings Operations, Department of State, and other government agencies, shall evaluate the submissions. The Board shall establish a short-list of qualified firms. Identification of team members, other than the Lead Designer, is not required in this stage. The Lead Designer is the individual or individuals who will have primary responsibility to develop the concept for the project. Consultant and "production firm" (if different from the A/E firm) information should not be included in the Stage 1 portfolio. (1) A/E FIRM PAST PERFORMANCE ON DESIGN (35 points maximum). A/E firms shall submit a portfolio of not more than five projects constructed in the last ten years (maximum of 5 pages per project). The narrative shall address the design approach with salient features for each project and discuss how the client's program, image, mission, economic, schedule, maintenance, functional and operational objectives were satisfied by the overall design/planning solution. It should comment on the relevance of submitted projects to the OBO project, including site design, architectural design strategy and sustainability. This section of the submission should cite certificates, awards, peer recognition, etc. demonstrating design excellence, and provide a client reference contact for each project, including name, title, address, email, phone, and fax numbers. Plans, sections, or other appropriate drawings; and a minimum of two photographs must be included for each project. (2) LEAD DESIGNER PORTFOLIO (30 points maximum). Submit a portfolio representative of the Lead Designer's ability to provide design excellence. Submit a portfolio of up to three projects completed in the last ten years (maximum of five pages per project). The narrative shall address the lead designer's participation in each project, the design philosophy with salient features for each project and discuss how the client's program, image, mission, economic, schedule, maintenance, functional, and operational objectives were satisfied by the overall design/planning solution. Cite any certificates, awards peer recognition, etc., demonstrating design excellence. Where there is duplication with the Past Performance on Design criteria, the Lead Designer shall address their participation in the project. (3) PHILOSOPHY AND DESIGN INTENT (20 points maximum). The Lead Designer (in a maximum of two pages) shall state: the parameters of an overall design philosophy; their approach to the challenge of public architecture and related issues; parameters that may apply to showcase American design technology and ingenuity within a local context; and their commitment to integrated and sustainable design. (4) LEAD DESIGNER PROFILE(S) (15 points maximum). Submit a biographical sketch (maximum of three pages per person) including education, professional experience, and recognition for design efforts inclusive of the portfolio examples. Identify and describe areas of responsibility and commitment to each project. The short-listed Lead Designers and their associated A/E Firms will be notified, in writing, and requested to submit more detailed information indicating each member of the design team, including all outside consultants for Stage 2 evaluation. Sufficient time will be provided for the Lead Designer and associated offerors to establish its team. The Government will establish the detailed evaluation criteria and the date that these submittals are due and provide the selection criteria for the interviews along with the Stage 1 short-list announcement. Stage 2 details, and evaluation criteria, will be established along with the Stage 1 short-list announcement. A copy of the Prohibited Countries List, from which offerors may not choose design team members, may be obtained from the Contracting Officer listed in the last paragraph of this announcement. This is neither a request for proposal nor a design competition. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business subcontracting plan prior to contract award. The small business size standard North American Industry Classification System code is 541310, $4.5 million average. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 1101-1104). After the successful offeror has been selected, the resultant contract award will be dependent on the conclusion of successful negotiations concerning level of effort and price. Offerors that meet the requirements described in this announcement are invited to submit the required Stage 1 documents. Firms shall submit six hard copies and one digital, PDF version on CD. The submission shall incorporate tabs to clearly identify the different solicitation requirements. Offerors may find a copy of the SF-330 at the following website: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/SF%20330.pdf. All Stage 1 submissions must be received by 10:00 a.m., Eastern Daylight Time, on May 18, 2012. Requests for clarification, both technical and contracting, must be received, in writing, by Mr. Brian Mulcahy, not later than 2:00 p.m., Eastern Daylight Time, on April, 25, 2012. The e-mail address to submit clarification questions is mulcahybf@state.gov. All clarifications received after the deadline, and telephone requests for information, shall not be accepted. U.S. Postal Service mailing address: Mr. Brian Mulcahy, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Mr. Brian Mulcahy, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Fort Myer Drive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/S-AQMMA-12-R-0237/listing.html)
 
Record
SN02724675-W 20120419/120418000201-406e39d9eff4921cfeabaace70145959 (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.