Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1995 PSA#1275

U.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