Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2023 SAM #7830
SOURCES SOUGHT

Y -- 2023 US Mission Bern, Switzerland major renovations

Notice Date
5/4/2023 1:34:29 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM23R0159
 
Response Due
5/17/2023 2:00:00 PM
 
Point of Contact
Canuto ""Phil"" Campos, Phone: 202-445-4644, Kaitlin Lockett, Phone: 202-615-5988
 
E-Mail Address
CamposCP@State.gov, lockettkf@state.gov
(CamposCP@State.gov, lockettkf@state.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Department of State 2023 Design-Build Construction Contract�for�Bern, Switzerland Major Renovations Project 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 Bern, Switzerland major renovations project on the Bern, Switzerland Embassy.� The Project is described below.� OBO seeks to commission our nation�s top constructors to produce facilities of outstanding quality and value. This acquisition is Set Aside for Small Business. 1.� Project Description (Secret Facility and Personnel Security Clearance Required) 19AQMM23R0159: Bern, Switzerland Major Renovations Project Through a Design/Build (D/B), contract, the selected contractor will design, obtain required permits, provide engineering and construction services to implement compound, perimeter, and physical security upgrades, mechanical, electrical and telecommunication improvements, ABA upgrades, window replacements, generator installation and BAS replacement. The engineering services will include engineering reports, phasing plans and the development construction documents. The phase 1 deliverables will include site plans, demo / new work plans, equipment cut sheets, relevant engineering calculations, and the 35%, 60%, 100% and IFC construction documents. To expedite the project schedule, the long lead equipment (e.g., FEBR, mechanical) shall be submitted with the 50% CD set. At that time, the CO will issue a limited construction NTP to allow purchase of major equipment. Following the approval of the IFC construction document set, the CO will issue a full NTP for construction services. The Phase 2 � Construction Services will require the Contractor to execute the project in accordance with the IFC Contract Documents, and provide complete construction services, contract coordination and supervision, including but not limited to the management, and construction in accordance with the requirements of this contract and within the established schedules. Construction will require careful coordination with the Project Director to limit disruptions to the daily operations of the Embassy. The Contractor shall execute the project consistent with the OBO mission to create safe, secure, functional, and resilient facilities. The statement of work (SOW) and associated documents define the services to be performed by the Contractor. Estimated Construction Cost:� $15 � 25 million. NOTE: 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 $10,800,000.� 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 SAM.gov webpage (SAM.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 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.� 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, 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.� 3.� 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.� Submit the information electronically via email to CamposCP@State.gov� � 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 $10,800,000.00.� 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. 3.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 for purposes of Section 402(a)(2) 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 SAM.gov 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/pass evaluated area. Submissions 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. 3.B.� 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 an FCL. 4.�������� Closing Deadline for Submissions ALL SUBMISSIONS MUST BE RECEIVED BY 6:00 P.M. Eastern Time May 17, 2023. TRANSMISSION OF PROPOSALS: Firms shall submit all PROPOSALS electronically via e-mail: CamposCP@State.gov and LockettKL@State.gov REQUESTS FOR CLARIFICATIONS must be submitted in writing to Canuto �Phil� Campos and Alt, Kaitlin F Lockett by email CamposCP@State.gov �and Lockettkf@State.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5396402bc24498ab977fb5186dbc808/view)
 
Place of Performance
Address: Bern, CHE
Country: CHE
 
Record
SN06672958-F 20230506/230504230123 (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.