Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2013 FBO #4257
MODIFICATION

Y -- SAQMMA-13-R0430, Brussels, Belgium, Finish Work Construction to Fit-out Diplomatic Mission Space in Newly Constructed NATO Headquarters Facility - Amendment 1

Notice Date
7/19/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13R0430
 
Archive Date
8/16/2013
 
Point of Contact
Jillian M. Savage, , Michael F Howard, Phone: 703-875-6624
 
E-Mail Address
savagejm@state.gov, HowardMF@state.gov
(savagejm@state.gov, HowardMF@state.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT A01 - changes are indicated by colored text THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO) is requesting submissions to pre-qualify firms for services for the construction of fit out and finish work to complete the Diplomatic facilities contained in a newly constructed NATO Headquarters facility in Brussels, Belgium. The project will consist of the construction of secure diplomatic facilities to house U.S. Diplomatic functions. 1. Project Description (Secret Facility and Personnel Security Clearances Required) SAQMMA-13-R0430, Brussels, Belgium, Finish Work Construction to Fit-out Diplomatic Mission Space in Newly Constructed NATO Headquarters Facility. NATO is constructing a new headquarters in Brussels, adjacent to the current headquarters site on Boulevard Léopold III. NATO will complete the shell and core of the base building, turning over the unfinished floors to the U.S. for interior fit-out in August 2014. Fit-out construction must be complete by December 2015. The fit-out for the U.S. Mission and Military Delegation will include 4 ½ floors of a building wing consisting of 9,000 GSM (5,176 NSM). The project consists of all the work needed to prepare the space for use as diplomatic facilities for over 200 full-time employees. This will include construction of raised floor and demountable partition systems; mechanical, electrical, plumbing, and telecommunication infrastructure connected to base-building systems; technical and physical security. The project is planned to achieve LEED Silver certification. Approximate construction cost: $50 - $75 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. The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions. A separate announcement will be issued on the Federal Business Opportunities webpage (www.FBO.gov) to specify the location, date, and time. 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 for the project that set out the project scope, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. Firms submitting proposals in Phase II may be required to make oral presentations to DOS. Offerors may be invited to present their project approach and Technical Submission in response to this RFP in person at the offices of OBO in Rosslyn, VA in an interview following the proposal submission date. Interview times and details will be published by the Contracting Officer at least 2 weeks prior to the first interview. The presentation should emphasize the notable aspects of the offeror's written technical proposal. Offerors are cautioned: DO NOT INCLUDE ANY PRICE INFORMATION IN THE PRESENTATION. 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. Firms submitting information for Phase I qualification shall address the following criteria in the proposal. Due to time constraints, DOS anticipates that the pre-qualified Offerors from Phase I will be required to participate in visits to the project site within 30 days after the issuance of the Phase II RFP. 3. Prior Pre-Qualification of Certain Offerors - NOT APPLICABLE This solicitation requires a complete prequalification package submission. 4. SUBMISION REQUIREMENTS AND CONTENT: 4.A. Omnibus Diplomatic Security and Antiterrorism Act of 1986. Firms being considered for award under this acquisition are limited to "United States Person" bidders as defined in the Act. The Offeror must complete and submit as part of its pre-qualification package 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 attached to this FEDBIZOPPS announcement and may be obtained from the DOS Contract Specialist listed at the end of this notice.) If a Joint Venture (JV) 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. Submissions from Offerors who do not receive a pass rating in this area will not be further evaluated. The Department intends to evaluate only the information submitted with the Certifications pamphlet, but reserves the right to request an offeror to submit additional information to correct or explain information submitted with the Certifications pamphlet. To demonstrate performance of similar construction work for Omnibus Diplomatic Security and Antiterrorism Act of 1986 purposes, the offeror needs to provide information demonstrating that it has successfully completed in the United States or at a U.S. diplomatic or consular mission a construction contract or subcontract involving work of the same general type and complexity as the solicited project and having a contract or subcontract value of at least $35 million. IMPORTANT NOTE: Organizations that wish to use the experience or financial resources of any other legally dependent organization or individual, including parent companies, subsidiaries, or other related firms, must do so by way of a joint venture. A prospective offeror may be an individual organization or firm, a formal joint venture (where the arrangement among the co-venturers has been reduced to writing), or "de facto" joint venture (where no formal agreement has been reached, but the offering entity relies upon the experience of a related U.S. person firm that guarantees performance). To be considered a "qualified United States joint venture person," every joint venture must have at least one firm or organization that itself meets all the requirements of a U.S. person listed in Section 402. The U.S. person co-venturer will be required to sign a guarantee making the U.S person individually responsible for performance of any contract awarded, notwithstanding the terms of any joint venture agreement. 4.B. Security Clearance Requirement. In order to be eligible to perform under this contract, the pre-qualified firm(s), including all entities which comprise a JV and the JV itself, must possess or be able to obtain a Defense Security Service (DSS) 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. Specifically designated personnel requiring access to classified information or to the Controlled Access Areas (CAAs) must possess a Secret personnel security clearance issued by DSS. Offerors already possessing the necessary FCL must submit their appropriate Commercial and Government Entity (CAGE) Code, facility clearance and safeguarding level with the required pre-qualification documentation. If an otherwise pre-qualified Offeror does not possess the necessary FCL, DOS will sponsor the firm for an FCL at the time the Offeror is determined to be pre-qualified. DOS will allow 90 calendar days from the notice of pre-qualification for firms to obtain the necessary FCL. Firms will not receive the classified portions of the Phase II RFP until they have been issued the appropriate FCL and received Defense Security Service (DSS) approval to safeguard classified documents. DOS sponsorship does not guarantee that the Offeror will receive the FCL, or that it will be received within the 90-day period. The Government will not be obligated to extend its solicitation schedule, or to make an award to a sponsored, pre-qualified firm, if that firm has not been issued a FCL. NOTICE: The offeror selected for contract award must possess or obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information. Performance on this contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DSS approved classified IS for processing classified information. 5. Submission Format 5.A.1 Organization. Organize submittals by factor according to Section 4 above. Tab and clearly identify each factor in the submittal. 5.A.2 Language. Use only the English language. Submit an English translation for all information originally provided in another language. If an English translation is not provided, DOS will not review or consider the information submitted only in another language. Non-English language pages are not included in any page counts. 5.A.3 Page Limits. None 5.A.4 Format and Copies. Provide one original plus one copy in printed form (2 hardcopies), and one electronic copy in PDF format on compact disc. PDF shall be one file, identical to the printed version, bookmarked by section, and shall not be locked or password protected. DOS may review either the electronic or the printed submittal; therefore both formats shall be complete and identical to each other. 5.A.5 Missing Information. A proposal submission discovered to be incomplete or missing the required information may be eliminated from further consideration. 5.A.6 Additional Information. Offerors are cautioned that DOS may consider only the information in the submission and that obtained by DOS from additional sources concerning past performance. DOS does reserve the right to request clarifications or additional information. 5.B. Definitions: 5.B.1 Where the term "Offeror" is used, it is intended that requirements for the Offeror apply equally to either a single Contractor or to all parties of a Joint Venture (JV), where applicable. 6. Closing Deadline for Submissions ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 P.M. Eastern Time on August 01, 2013. 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 Jillian Savage/Michael Howard A/LM/AQM/FDCD/AEB, 4th Floor 1735 North Lynn Street 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 Jillian Savage AND Michael Howard by email SavageJM@state.gov AND HowardMF@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13R0430/listing.html)
 
Record
SN03121901-W 20130721/130719234519-d36da976ad703341fa9fdb51b13f3f83 (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.