Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

Y -- Department of State 2020 Design-Build Construction Contract for Lilongwe, Malawi New Embassy Compound (NEC)

Notice Date
12/19/2019 4:53:38 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM-20-R-0025
 
Response Due
1/22/2020 9:00:00 AM
 
Archive Date
02/06/2020
 
Point of Contact
Keisha McCormick, Phone: (703) 875 6110, Fax: (703) 875-6699, Devin D. Banks, Phone: (571) 345-0582, Fax: (703) 875-6699
 
E-Mail Address
McCormickKS@state.gov, BanksDD@state.gov
(McCormickKS@state.gov, BanksDD@state.gov)
 
Description
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 Construction Services for the construction of a New Embassy Compound in Lilongwe, Malawi. The Project is described below. OBO seeks to commission our nation's top constructors to produce facilities of outstanding quality and value. This project is available for full and open competition. Project Description (Secret Facility and Personnel Security Clearance Required) 19AQMM-20-R-0025: Lilongwe, Malawi NEC Project: Lilongwe NEC: This project includes the construction of a New Embassy Office Building (NOB) with Controlled Access Area (CAA), Marine Security Guard Residence (MSGR), Staff, Visitor and Official Parking garages (PKG), Main Compound Access Pavilion (MCAP), Consular Compound Access Pavilion (CCAP) , Service Compound Access Pavilion (SCAP), Utility Building (UTL), Warehouse (WHSE), Rec Building (REC), Perimeter Security, and extensive civil/site improvements. The NOB program is approximately 11,631 GSM with 306 desks. The NEC site is a generally rectangular 16-acre site sloping 10-12m in the North South direction. The highest point of the site is at the center of the site along Presidential way, and then the site slopes down to the south towards the Lilongwe River. Estimated construction cost:� $195 - $245�Million NOTE: To demonstrate performance of similar construction work for Omnibus Diplomatic Security and Antiterrorism Act of 1986 purposes, the offerer 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�$151,250,000.00.� See Section 3 below. 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. The Department of State (DOS) will evaluate the pre-qualification submissions based on the 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 0fferor Those Offerors determined to be pre-qualified in accordance with this notice will be issue d 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 construction. The Phase I pre-qualified Offerors will be required to participate in a visit to the project site, anticipated to be within 10 to 15 days after the issuance of the Phase II RFP. 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; sustainable design, energy conservation, energy modeling, photo-voltaic systems, pollution prevention, and� use �of recovered materials; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; potable water treatment and waste water treatment; food service design; vertical transportation; lighting design; landscape design; design and construction scheduling; cost estimating; value engineering; and administrative coordination of the various disciplines involved. Addition ally, the successful offerer 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, a site� utilization plan; building massing and exterior elevations; space and requirements standards, organizational relationships, space requirements program; building utilities and infrastructure design; and supporting narratives, where applicable. Firms submitting information for Phase I qualification shall address the following criteria in the proposal to provide design and construction services. DETAILED INSTRUCTIONS Submission Requirements for Phase I. Pre-Qualification of Offerors: The Offeror shall submit sufficient documentation to allow DOS to evaluate its capabilities with the qualification criteria listed. Submissions that are missing the required information or otherwise do not comply with the submission requirements may be eliminated from consideration at the Contracting Officer's determination. Copies. Provide one original plus one copy in printed form, and one electronic copy in PDF format on compact disc. PDF shall be identical to the printed version and book marked by section, if applicable. DOS may review either the electronic or the printed submittal; therefore, both formats shall be complete and identical to each other. 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 success fully 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 $151,250,000.00. The value of the construction contract or subcontract offered to demonstrate performance will not be adjusted for inflation, currency fluctuation , or any other market forces. 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 for purposes of Section 401(a)(l) of 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 FEDBJZOPPS 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 N must be the one completing the pamphlet. This is a pass/fail evaluated area. Submiss ions from Offerors who do not receive a pass rating in this area will not be further evaluated. Sufficient information should be provided in the Certifications and attachments thereto to determine eligibility under Public Law 99-399, but the Department reserves the right to consider information available from other sources, or to obtain clarifications or additional information from the Offeror. 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. Security Clearance Requirement. In order to be eligible to perform under this contract, the pre-qualified firm(s), must possess or be able to obtain a Defense Counterintelligence and Security Agency (DCSA) 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. 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 120 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 Counterintelligence and Security Service Agency (DCSA) approval to safeguard classified documents. DOS sponsorship does not guarantee that the Offeror will receive the FCL, nor that it will be received within the 120-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 successful offeror selected for contract award must possess or obtain an Information System (IS) approved by DCSA for processing classified information up to the Secret level. Performance on this contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DCSA approved classified IS for processing classified information. 4.�TRANSMISSION OF PROPOSALS Offerors shall hand deliver or submit proposals by courier (FedEx, UPS Express Mail, D HL, ETC.) to the following address: U.S. Department of State: Keisha McCormick or Devin Banks A/LM/AQM/FDCD/CON, 4th Floor 1735 North Lynn Street Arlington, VA 22209 (DO NOT USE THE U.S. POSTAL SERVICE (P.O. Box) ADDRESS) Include the project solicitation number(s) on the face of the package. REQUESTS FOR CLARIFICATIONS must be submitted in writing to Keisha McCormick AND, Alt, Devin Banks, by email McCorrnickKS@state.gov� AND BanksDD@state.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6d5ffa480cc42a98bf9c55511957d05/view)
 
Place of Performance
Address: Lilongwe, MWI
Country: MWI
 
Record
SN05521438-F 20191221/191219230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.