Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
SOLICITATION NOTICE

Y -- Freetown, Sierra Leone; Marine Security Guard Quarters - Attachments

Notice Date
7/21/2014
 
Notice Type
Presolicitation
 
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
SAQMMA-14-R-0113
 
Archive Date
8/14/2014
 
Point of Contact
Ronette C. McBean, Phone: 7038756914
 
E-Mail Address
mcbeanrc@state.gov
(mcbeanrc@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
zPercy US Flag Carrier Shipment Requirements 2011 zPercy Public Release of Information Letter 2014 zPercy 2011 PERCY AMENDMENT certification form THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO) is seeking high quality firms experienced in complex Design/Build construction projects for the design and construction of the Freetown, Sierra Leone Marine Security Guard Quarters (MSGQ). The project will consist of the design and construction of a 9-bedroom Marine Security Guard Quarters, and making modifications and installing upgrades to Post 1 inside the existing Chancery to accommodate Marine functions in support of the U.S. Diplomatic mission. This project will be a 100% U.S. small business set-aside. Continuing a legacy of outstanding diplomatic architecture, OBO seeks to commission our nation's top designers and constructors to create facilities of outstanding quality and value. 1. Project Description (Secret Facility and Personnel Security Clearances NOT Required) SAQMMA-14-R0113, Freetown, Sierra Leone; Marine Security Guard Quarters (MSGQ) The project will consist of design and construction of a new 9-bedroom Marine Security Guard Quarters (MSGQ) facility on the existing U.S. Embassy site. The main Embassy compound is approximately 4.86 hectares (12 acres) the adjacent land reserve parcel located immediately to the west of the main Embassy compound is leased by the U.S. Government and is approximately 4.47 hectares (10 acres.) Both the main Embassy compound and reserve land parcel are located in the mountain district of Freetown Leicester Peak and the three village areas of Leicester, Gloucester and Regent.. Existing buildings include a Chancery, General Services Annex, utility building, recreation building and three compound access control buildings. The project will also include modifications to the inside of the Chancery building to include, but limited to, telecom and data communication cabling and equipment to the Marine detachment commander's office, and a Marine workstations, Marine react room and Post 1 already operational inside the Chancery. Approximate design-build cost: $8 - 12 million. 2. Project Solicitation The project solicitation will be available on the Department of State ProjNet System on or about August 1, 2014. High Quality Firms with the proven capabilities and past performance that wish to participate in this solicitation shall submit a letter of interest in writing to Ronette McBean AND James Thomas, by email: McBeanRC@state.gov AND ThomasJG2@state.gov. The letter of interest shall include the following information Project Name Company Name Company Address Company DUNS Number Company Telephone Number Company FAX Number Contact Person Name Contact Person E-Mail Address Contact Person Telephone Number Eligible firms will be provided key codes and a link to the ProjNet (www.projnet.net) Plan Room and Bidder Inquiry be used to access the respective Unclassified and Sensitive But Unclassified (SBU) solicitation information. The Solicitation will include a statement of work, standards, and criteria for the project 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's Architect/Engineer will be the "Designer of Record" and responsible for completing 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 may include: architecture; civil, structural, geo-technical, seismic, blast, mechanical, electrical, telecommunication, and fire protection engineering; space planning, interior design, and signage; physical and technical security; lighting design; landscape design; design and construction scheduling; cost estimating; value engineering; and administrative coordination of the various disciplines involved. Additionally, the successful offeror may be required to have an approved local design consultant. The RFP will require the D/B contractor to complete all design and engineering documents based on the project specific design direction that will be provided in the RFP design requirements. The Government will provide bridging level design documents that will include, at a minimum, exterior elevations; space and requirements standards, space requirements program; and schematic building utilities and infrastructure. The RFP will require offerors to address the following criteria in the proposal to provide design and construction services: management of a large complex project; schedule management; logistics management to include site and transportation security; safety; and adherence to integrated design and design quality, life-cycle cost management, and reduced maintenance and operating costs. Section 11 of the Foreign Service Buildings Act of 1926, as amended, (22 U.S.C. 302), known as the "Percy Amendment," applies to the projects described in this announcement. The act provides a 10% price preference to U.S. firms on any Department of State contract when the project is estimated to exceed $5,000,000." The Percy Amendment also requires exclusion of firms from countries that exclude U.S. firms from their diplomatic construction projects. The requirements of the Act will be applied to all proposals received. Offeror will be required to complete and submit as part of its offer the "Percy Amendment Certification Form." (The form 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 is formed, the company having 51 percent or greater interest in the JV must be the one completing the form. Sufficient information should be provided in the Certifications and attachments thereto to determine Offeror status under the Percy Amendment, but the Department reserves the right to consider other information in the proposal submission or to obtain clarifications or additional information from the Offeror. To demonstrate performance of similar construction work for Percy Amendment purposes, offerors will need 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% of the low-end estimated value of the solicited project. A site visit is planned for about early August 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA-14-R-0113/listing.html)
 
Place of Performance
Address: U.S. Embassy Freetown, Sierra Leone
 
Record
SN03432158-W 20140723/140721235114-02b262563045aa70e2ff1d1339530475 (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.