Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2024 SAM #8409
SOLICITATION NOTICE

Y -- 19AQMM25R0023 Pre-Solicitation Notice for US Kampala, Uganda Controlled Area Access (CAA) Renovation & Expansion

Notice Date
12/3/2024 12:33:53 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM25R0023
 
Response Due
12/17/2024 12:00:00 PM
 
Archive Date
01/01/2025
 
Point of Contact
Kaitlin Lockett, Sonja Ablola
 
E-Mail Address
lockettkf@state.gov, ablolas@state.gov
(lockettkf@state.gov, ablolas@state.gov)
 
Description
Department of State 2025 Design-Build Construction Contract for Controlled Access Area Renovation & Expansion for the U.S. Embassy Kampala, Uganda This is a Pre-Solicitation Notice � interested companies do NOT need to submit any documentation at this time. The solicitation for qualification packages will be posted on SAM.gov at a later date, please see below for further information. The U.S. Department of State (DOS), Office of the Procurement Executive (OPE) on behalf of the Bureau of Overseas Buildings Operations (OBO), has a requirement for Design-Build (D/B) Construction Services for the Controlled Access Area (CAA) Renovation & Expansion. The Project is described below. OBO seeks to commission our nation�s top constructors to produce facilities of outstanding quality and value. This will be Full and Open competition. Project Description: Design-Build Construction Services for the CAA Renovation & Expansion of the U.S. Embassy in Kampala, Uganda. US Embassy Kampala, Uganda, is located in the US Government owned compound at 1577 Ggaba Road, Kampala, Uganda. The existing Embassy is in the Central Business District. The site is developed. Summary of Project Scope: The project will include a new four-level, 5434 gross square meter (GSM) annex connecting to the existing chancery, and existing chancery renovations to improve embassy operations, improve security, and increase embassy program space. The project will include multiple phases with construction coinciding with embassy operations. Estimated Design/Build Construction Cost: $90-$115 million Award selection process/stages: The project solicitation will consist of two phases. Phase I � Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Phase I. DOS will evaluate the pre-qualification submissions based on the evaluation criteria set forth in the Phase I sam.gov announcement, to be posted at a later date as indicated below. The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions. Phase II � Requests for Proposals from Pre-Qualified Offerors The Offerors determined to be pre-qualified in accordance with the Phase I sam.gov notice will proceed to Phase II and be issued a formal Request for Proposal (RFP) for the project. These offerors will be invited to participate in a site visit and submit technical and pricing proposals in Phase II. Phase II proposals will provide pricing for the design-build construction. The resulting contract will be �firm fixed-price.� Construction services will include, but are not limited to, providing construction labor and materials to execute the 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 and project close-out activities. The pre-qualified Offerors participating in Phase II will be required to attend a pre-proposal conference at the project site, anticipated to be within 10 to 15 days after the issuance of the Phase II RFP depending on travel and access restrictions. 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 in Phase II. 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, pollution prevention, and use of recovered materials; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; 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 include bridging level design documents. The RFP and resulting contract will require the D/B contractor to complete all design and engineering documents based on the project specific design specification that will be provided in the RFP design requirements. ADDITIONAL INFORMATION: SAM registration is not required for purposes of prequalification (Phase I), but please note the pre-qualified entity must be the same entity submitting a proposal in response to the Request for Proposal in Phase II. Prequalification is distinct from eligibility for contract award, and the Omnibus Certification is distinct from the Security Clearance Requirements. Specific requirements for security clearance and eligibility for award will be set forth in the Pre-Qualification and Solicitation. To the extent the Offeror anticipates proposing to rely meaningfully on more than one entity (whether or not some or all of those are related entities) to meet the stated requirements of the Solicitation, including the use of experience or financial resources, the Offeror should be structured as a formal JV or prime/subcontractor and the Offeror itself (formal JV or Prime) must be registered in SAM prior to proposal submission. A prospective offeror may be an individual organization or firm or a formal joint venture (where the arrangement among the co-venturers has been reduced to writing). 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. Also, the Offeror itself should possess a security clearance or be able to obtain one in accordance with the terms of the Solicitation (NOTE: Security clearance requirements are not the same as prequalifying as a �US Person� under the Diplomatic Security Act). Firms submitting information for Phase I qualification will be required to address the following criteria in the proposal to provide design and construction services. Facility Clearance Requirement: In order to be eligible for proposal evaluation, the successful offeror(s) must possess, or be eligible to obtain, a Defense Counterintelligence and Security Agency (DCSA) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. The Government will not be obligated to extend the date set for proposal submissions if any of the sponsored firms have not been issued the required clearance prior to the release of the classified construction documents as applicable to the pre-qualified firms for their use in preparing their offers. The Government will not award the contract to a firm not having been issued an FCL (with appropriate safeguarding capability). If an uncleared offeror from Phase I is determined to be pre-qualified, the Department of State will sponsor the uncleared firm for an FCL. Joint venture offerors must also comply with the above FCL requirements. Sponsorship does not guarantee that the firm will receive the clearance. Foreign firms are not eligible for FCLs. Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trust territory, are eligible for facility clearances. A U.S. firm which is determined to be under Foreign Ownership, Control, or Influence (FOCI) is not eligible for an FCL unless actions (as directed and approved by DCSA) can be taken to effectively negate associated FOCI risks or reduce them to an acceptable level. Estimated schedule: The solicitation, Phase I � Pre-qualification, is planned for release on SAM.gov on/about December 17, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88194f95f1c2411eb1775c89d5e72dcc/view)
 
Place of Performance
Address: UGA
Country: UGA
 
Record
SN07280003-F 20241205/241203230213 (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.