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