Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 15,1996 PSA#1573

U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD/DCB, Room L-600, 1700 North Lynn Street, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219-2454

Y -- PRE-QUALIFICATION FOR THE ELECTRICAL AND HVAC RENOVATION IN ROME, ITALY SOL S-FBOAD-96-B0015. POC Mr. Dwight F. Mason (703) 516-1962, or facsimile 875-6292. The U.S. Department of State is preparing to pre-qualify firms for electrical and heating, ventilating and air conditioning (HVAC) renovation of the existing U.S. Chancery Office Building and Electrical Power Building in Rome, Italy. The project entails renovation of the basement and five floors of the Chancery; basement and ground floors of New Wing; basement, ground, second and third floors of Piombino Wing; and basement and two floors of the Power Building. Electrical, mechanical, civil/site, structural and architectural effort is required. The scope of work includes upgrading the Chancery, New Wing and Piombino Wing electrical system to 380/220V, wiring, lighting, receptacles, raceways, main electrical service, panel boards, fan coil heating/cooling system, chillers and piping. The Power Building scope of work includes upgrading transformer, switchboard, duct banks, meters and electrical feeders. Preservation of the historical character of the structures will be of importance during renovations. Throughout the period of construction the Embassy must be able to conduct its regular full-scale operations and make normal daily use of the premises and facilities. Swing spaces will be utilized to relocate some affected Embassy department during renovation of their spaces. Approximate floor space to be renovated is 11,000 square meters. The estimated cost of construction is between $5,000,000 and $10,000,000. The duration of this project will be approximately 900 calendar days from execution of the contract. The contract type shall be firm fixed-price. Contractors interested in this project must possess or be capable of acquiring a Department of Defense (DOD) SECRET Facility Security Clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M, in order to be awarded this contract. If the apparent successful bidder does not possess the necessary DOD Facility Security Clearance, they will be sponsored by the Department of State to receive the security clearance. Sponsorship does not guarantee that a firm will receive the clearance. A period of not more than 100 calendar days from contract award will be allowed for the successful-bidder to obtain necessary facility and personnel security clearances should the successful bidder not have the requisite required clearances at the time of contract award. After this period, the Government will not be obligated to issue an Notice to Proceed and may terminate the contract pending notification that the successful bidder cannot obtain the required clearances. All interested contractors must demonstrate: a) successful international construction experience as a general contractor on a similar complex building project outside of the Continental U.S., Alaska and Hawaii included; b) successful construction experience in rehabilitation and/or renovations projects in the $5,000,000 to $10,000,000 category; c) have the capability to meet the requirements of the Secretary of the Interior's ``Standards for Historic Preservation Projects''; d) financial capability to perform the work and to provide the required bonds and insurance; and e) satisfactory performance on a similar U.S. Government contract, if any. Although previous or ongoing performance of a similar U.S. Government contract is not a requirement, if such contracts have been performed, the contractor must have satisfactorily performed said contracts. FBO anticipates release of the Invitation For Bid (IFB) in mid-July 1996 and construction to begin in October 1996. In order to prequalify, offerors must request a ``Pre-Qualification Package'' from the point of contact listed above. Telephone and facsimile request are acceptable. A letter of interest must be submitted no later than April 30, 1996; Pre-Qualification Packages must be submitted no later than May 23, 1996. Submit an original and two (2) copies of each document to Mr. Dwight F. Mason, Postal mailing address: U.S. Department of State, Office of Foreign Buildings Operations; A/FBO/AP/AD, P.O. Box 12248, Room L-600, SA-6, Arlington, Virginia 22219. Delivery address for express mail or courier: U.S. SA-6, Arlington, Virginia 22219. Delivery address for express mail or courier: U.S. Department of State, Office of Foreign Buildings Operations, 1700 N. Lynn Street or Nash Street entrance, Arlington, VA 22209. (099)

Loren Data Corp. http://www.ld.com (SYN# 0092 19960412\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page