|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1995 PSA#1275U.S. Department of State, Acquisitions Division, Office of Foreign
Buildings Operations, A/FBO/AP/AD, Room L-600, P.O. Box 12248, Rosslyn
Station, Arlington, VA 22219-2454 C -- U.S. EMBASSY RENOVATION PROJECT, LJUBLJANA, SLOVENIA. Sol
S-FBOAD95R0043. Point of Contact Susan King (703) 875-6273, or
facsimile (703) 875-6292. The U.S. Department of State, Office of
Foreign Buildings Operations, is seeking a qualified
architectural/engineering firm for the design of renovations to an
existing building of approximately 1,600 net square meters in size in
Ljubljana, Slovenia which will be used as an Embassy Office Building.
Renovations shall include but not be limited to architectural,
structural, mechanical, electrical, interiors and security. The
estimated construction cost is greater than $6 million. The estimated
start of design is July 1, 1995 with completion in June 1996. The type
of contract will be firm-fixed price. This contract will be set-aside
for small business. The small business size standard is $2.5 million
or less based on the annual average gross revenue of a firm which has
been in business for three or more complete fiscal years. Services
shall include all disciplines, i.e, architectural, including ladscape
architectural and historic preservation, interior design, structural,
mechanical, electrical, communications and civil/geotechnical
engineering; and routine administrative coordination of the various
desicplines involved. The selected A/E firm will be responsible for
determining and working within the U.S. Government's requirements and
the applicable laws, codes and standards at the overseas project site.
A/E will be required to contract and coordinate seismic engineering
services with consultant selected by Department of State. Fo the office
facilities design, open space planning (to the extent feasible) will be
emphasized as appropriate to the program functionality. The project
must be designed in metric units. Construction documents shall be
submitted with AutoCad R 11 0r 12 files in DOS format for each
submission. The successful offeror shall have or must be capable of
obtaining a Secret facility security clearance issued in accordance
with the DOD Industrial Security Manual, DOD 5220.22-M, and also have
the capability to safeguard Secret classified information.
Appropriately cleared personnel will also be required for contract
performance. Firms which form joint ventures for the purpose of bidding
on this contractual effort and/or for contract performance must also
comply with the facility and personnel security clearances stated
above. Firms responding to this announcement on or before the closing
date will be considered for selection using the following evaluation
criteria - 100 points maximum: a) Professional qualifications necessary
for satisfactory performance of required services as individuals and as
a team. - 30 pts. max; b) Specialized experience and technical
competence in facility rehabilitation and system replacement projects
involving multiple disciplines, e.g., architectural, interior design,
structural, mechanical, electrical and civil/geotechnical in office
buildings of historic importance and requiring specialized experience
in design solutions incorporating historic preservation considerations.
- 30 pts. max.; c) Previous record of performing work on schedule and
of effective cost and quality control. Briefly describe internal
quality assurance and cost control procedures and indicate
effectiveness by listing budget/estimated construction cost, award
amount, final design estimate and construction change order rate for
five recent projects. Although previous or ongoing performance of a
similar U.S. Government contract is not a requirement for firms
responding to this solicitation, if such contracts have been performed,
the offeror must have performed at a satisfactory level at a minimum.
- 15 pts. max.; d) Experience and technical competence in physical and
technical security upgrades, including security and surveillance
systems and special forced entry and ballistic resistant construction.
5 pts. max.; e) Ability to provide and coordinate a multi-discipline
effort either in-house or with consultants. If using consultants, must
demonstrate that they have worked together successfully as a team in
providing similar services. - 15 pts. max.; f) Previous experience with
foreign projects and knowledge of foreign building codes and standards
and construction practices. - 5 pts. max. The statements must address
each of the evaluation factors under separate headings. A/E firms
which meet the requirements of this solicitation are invited to submit
two copies of Standard Form 254, Architect/Engineer and Related
Services Questionnaire (Rev. Nov. 1992) and two copies off Satndard
Form 255, Architect/Engineer and Related Services Questionnaire for
Specific Projects (Rev. Nov. 1992). In addition, firms must submit two
(2) copies of a statement of qualifications for purposes of Section
402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986
P.L. 99-399 (questionnaire forms are available by Fax request to Sherri
Coniglio (703) 875-6292. Firms being considered for award must meet the
definition of a ``United States person'' of P.L. 99-399, Section 402
thereof, as follows: (1) be legally organized in the United States 24
months prior to the announcement in the CBD; (2) have its principal
place of business in the United States, (3) have performed within the
U.S. professional services similar in complexity, type of construction,
and value of project; (4) employ U.S. citizens in at least 80% of
principal management positions in the U.S.; (5) have existing technical
and financial resources in U.S. to perform; and (6) have no business
with Libya. Firms not meeting the ``United States persons'' requirement
will not be considered. All submittals must be received by 4:00 p.m.
local time March 8, 1995. Postal mailing address: Department of State,
Attn: Sherri Coniglio, A/FBO/AP/AD, Room L-600, SA-6, P.O. Box 12248,
Rosslyn Station, Arlington, VA 22219. Delivery address for Express
Mail or ?Courier: Department of State, Attn: Sherri Coniglio,
A/FBO/AP/AD, Room L-600, 1700 Lynn Street or Nash Street Entrance,
Arlington, VA 22209. (030) Loren Data Corp. http://www.ld.com (SYN# 0027 19950201\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|