Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1997 PSA#1863

U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219

Y -- PRE-QUALIFICATION FOR DESIGN/CONSTRUCT NEW MODULAR ANNEXES IN BEIJING, CHINA. SOL S-FBOAD-97-R-0085 POC James J. Kimmel, Telephone (703) 875-6276, Fax (703) 875-6292. The U.S. Department of State (DOS), Office of Foreign Buildings Operations (FBO) is seeking to pre-qualify offerors for completion of two building projects in Bejing, China. The work involves design and construction services for a new modular annex office building (Annex), of approximately 1,100 gross square meters (~12,000 gross square feet), and renovation of the existing office building chancery (OBC), of approximately 2,140 gross square meters (~23,000 gross square feet). The work associated with the Annex includes design, development of construction documents and construction of a three story office building and related systems immediately adjacent to the OBC. The OBC renovation includes architectural improvements, complete replacement of the mechanical, electrical, communications and other building systems, and related improvements, replacement of all exterior doors/windows and grilles where required, upgrading the interior finishes, construction of a new building entrance, and reconfiguration ofthe lobby and Post 1 guard station. Coordination of both projects is required to make use of the Annex as swing space for the OBC renovation, and for coordination of all work with new telephone systems installations and new LAN systems installations recently implemented in the OBC. The OBC will be partially occupied during the renovation and consquently, construction phasing will be an important consideration for this project. All work will meet relevant physical and technical security criteria, as well as the applicable fire, life/health and safety, seismic and building criteria of A/FBO. The estimated value of the services ranges from $20,000,000.00 to $25,000,000.00. The total performance period for completion of both building projects is expected to be 24-36 months. The Annex must be available for use as swing space within 15-18 months after issuance of the design notice to proceed. The contract type will be firm fixed price. the Request for Proposal (RFO), including final OBC design documents, is planned for release to pre-qualified offerors in August/September 1997, with contract award anticipated in November/December 1997. The successful contractor may be required by local law to hire a local A/E consultant to provide design and coordination services, and to be responsible for ensuring that the design meets local codes, zoning and planning requirements. The local A/E consultant may also approve and seal final construction documents before a construction permit is granted. The successful contractor may have to obtain specific licenses/registrations to do business in China and may be required to subcontract portions of the work to local Beijing construction firms. The successful offeror, including all entities which comprise a joint venture, must possess, or be able to obtain, a Department of Defense (DOD) final Top Secret facility clearance (FCL) with Secret safeguarding capability in accordance with the National Industrial Security Operating Manual (NISPOM), DOD 5220.22-M prior to contract performance. Specifically designated contractor personnel assigned to the contract must possess final Top Secret security clearances issued by the Defense Industrial Security Clearance Office and be approved by the Bureau of Diplomatic Security, DOS, prior to assignment in Beijing. In addition, offerors being considered for award must meet the definition of a "United States person" of P.L.99.399, Section 402 and 404 thereof, as follows: (1) be legally organized in the U.S. prior to 60 months before the release of the solicitation; (2) have its principal place of business in the United States; (3) have performed within the U.S. technical, professional and construction services similar in complexity, type of construction, and value of projects; (4) employ U.S. citizens in at least 80 percent of principal management positions in U.S.;(5) employ U.S. citizens in at least 50 percent of permanent full time positions in the United States; (6) employ United States citizens in at least 80 percent of the supervisory positions on the project site; and (7) have existing technical and financial resources in the United States to perform the work; and (8) not be doing business with Libya. In order to obtain the RFP and be eligible for award, prospective offerors must meet the following pre-qualification criteria, and provide details of their qualifications in writing: a) offerors must demonstrate that they have the financial capability and resources to undertake both projects of a combined value of at least $25,000,000.00 and be able to obtain the required performance and payment bonds, or bank letters of credit or guarantee. Offerors must provide a list of banks or other lending institutions which offeror intends to use in order to finance this project, and provide credit references; b) offerors must demonstrate that the principal designer and the principal construction contractor have either individually or collectively accomplished similar design and construction, and renovation projects, each valued between $10,000,000.00 and $15,000,000.00; c) offerors must have prior international design and construction, and renovation experience in commercial or government office buildings of a size comparable to the proposed project; d) offerors must show completion of renovation projects that required occupancy and maintenance of a secured facility and which remained fully operational during phased construction; e) offerors must have total combined design/construction and renovation business volume in three of the prior five years of at least $50,000,000.00 per year; f) offerors must have a fully integrated design capability for architectural, electrical, mechanical, structural and civil disciplines; and g) offerors must demonstrate capacity to accomplish work in the required time. Offerors must also submit sufficient background documentation to verify their ability to meet each of the aforementioned criteria. Failure to address each of these criteria in writing, will result in failure to pre-qualify. In addition, failure to meet the requirements of each one of these criteria fully, or to provide the requisite information, will result in failure to pre-qualify. When responding to criteria "b" through "d" above, offerors must list the owner's name, address, telephone number, and contact person for each project listed. Interested firms must request, by mail or facsimile, a pre-qualification application within 10 days of publication of this announcement from Mr. James K. Kimmel, at the following address: U.S. Department of State, Office of Foreign Buildings Operations, A/FBO/AP/AD, P.O. Box 12248, Arlington, VA. 22219; Fax 703-875-6292. (0157)

Loren Data Corp. http://www.ld.com (SYN# 0110 19970610\Y-0008.SOL)


Y - Construction of Structures and Facilities Index Page