Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1999 PSA#2265

Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244

Y -- PRE-QUALIFICATION OF OFFERORS FOR SECURITY UPGRADES OF DEPARTMENT OF STATE FACILITIES WORLDWIDE SOL S-FBOAD-99-R-0017 DUE 020199 POC James "Steve" Rogers (703) 875-7320 or Robert R. Powell, Contracting Officer (703) 875-6030, Fax (703) 875-6292 WEB: STATE DE (AART, EMT ACQUISITION WEB SITE), http://www.statebuy.inter.net/home/htm. E-MAIL: Pre Qualification Security Upgrade of DOS Facilities, NEILLWE@STATE.GOV. Pursuant to Section 3 of the Foreign Service Buildings Act, the Federal Acquisition Regulation (FAR) 6.302-2 (Unusual and Compelling Urgency) and 6.302-6 (National Security), and other authorities, and in order to carry out security upgrades of DOS facilities worldwide, the Department of State (DOS), Office of Foreign Buildings Operations (FBO), intends to: (1) prequalify offerors; (2) issue requests for proposals to all prequalified offerors; and (3) award one or more contracts to selected prequalified offeror(s). Time is of the essence in the award of this contract. This is the only announcement of this requirement that will be published. The security upgrades and additions include, but are not limited to survey, design and construction of perimeter guard booths, perimeter walls, vehicle entrance sally-ports to include active vehicle barrier(s), installation of security doors, windows, and grills, construction/upgrade of public access control areas including hard-line walls; installation of electronic security equipment and security lighting. It is estimated that 280 individual sites may be involved, with the project cost per site ranging between $50,000 and $1 million each. The total magnitude of the awarded contract(s) may range from $150,000 to $200,000. The services to be rendered by the selected contractor(s) may include, but are not limited to: survey and design; on-site project management, scheduling and cost control; coordination with other contractors, subcontractors, suppliers, architect-engineers, and U.S. Government representatives; implementation and enforcement of project documentation, quality controls, and construction safety plan. A cost accountability program, approved by the Government, will be required. The selected contractor(s) shall station a senior representative and, if necessary, staff within or in close proximity to the FBO complex in Arlington, VA. Step 1: Prequalification In order to be prequalified for receipt of requests for proposals, an offeror (including each entity thatmay comprise a joint venture) must certify and provide supporting documentation establishing that it meets each of the following criteria. A. The offeror must possess a current Department of Defense (DOD) final Secret facility clearance (FCL) with Secret safeguarding capability in accordance with National Industrial Security Program Operating manual (NISPOM), DOD 5220.22-M. The Department of State will not sponsor an offeror for clearance. B. The offeror must be a "United States person" as defined in P.L. 99-399, Section 402; specifically, the offeror must: (1) Be legally organized in the United States for more than 5 years prior to the issuance of a request for proposal; (2) Have its principal place of business in the United States; (3) Have performed within the U.S. administrative, technical, professional, or construction services similar in complexity, type of construction, and value of the project being solicited; (4) Employ U.S. citizens in at least 80 percent of principal management positions in the U.S.; employ U.S. citizens in more than 50% of its permanent, full-time positions in the U.S.; and will employ U.S. citizens in at least 80% of the supervisory positions on the office site; (5) Have existing technical and financial resources in the U.S. to perform the contract; (6) Have no business dealings with Libya. C. Financial: The offeror must demonstrate that it has the financial capability and resources to undertake and accomplish all projects within the funding range stated and be able to obtain the required performance and payment bonds or bank letters of credit or guarantee. The offeror must have a total combined design, construction and renovation annual business volume for at least 3 of the last 5 years that is equal to or greater than $750 million. The offeror shall provide a list of credit references and a list of banks of other lending institutions that are to be used to finance its projects. D. Technical: The offeror must demonstrate that it has successfully managed and completed 20 concurrent construction projects of at least $1 million each that it has successfully completed (on schedule and within budget) both international projects and the construction and installation of physical and technical security systems for buildings. For each project, the offeror shall list the owner's name, address, telephone number, and contact person. Step 2: Requests for Proposals The offeror(s) meeting each of the above criteria will be provided subsequent requests for proposals (RFP) which will further describe the security upgrade work requirements and will request the submission of technical and price proposals. The proposals will be evaluated and one or more contracts may be awarded. Negotiations and submissions of additional proposals (BAFOs) may also precede award. Step 3: Contract Award DOS may award any type of contract (or combination thereof) authorized by the Federal Acquisition Regulation, including indefinite-delivery/indefinite-quantity task or delivery order contracts, multiyear or options contracts, time-and-material/labor-hour contracts. Award is anticipated in March 1999. Offerors that meet the requirements described in this announcement are invited to submit an original and two copies of the following: (a) A Department of State Form 1037, Mailing List Application for Construction Contracts. (b) Proof of the ability to acquire bonding which covers projects that may number as many as 20 concurrently and may amount to $20 million in total. (c) Business management plan for construction projects. (d) Minority and Small Business Subcontracting Program (Refer to FAR Clause 52.219-9) (e) Statement of qualifications (U.S. Person) 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 see below). All submittals must be received by 4:00 p.m., local time, February 1, 1999. U.S. postal mailing address is: Department of State, Attn: James S. (Steve) Rogers, A/LM/AQM/RAD, Construction Branch, Room L-600, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219. Direct delivery address for Express Mail or Courier is: Department of State, Attn: James S. (Steve) Rogers, A/LM/AQM/RAD, Design/Construction Branch, Room L-600, 1701 N. Ft. Myer Drive, Arlington, VA 22219. (The U.S. Postal Service does not deliver to the 1701 N. Ft. Myer address). Request for questionnaire forms and requests for clarification must be submitted in writing to Walter E. Neill no later than 4:00 p.m. local time on January 26, 1999. The fax number is (703) 875-6292. This is not a Request for Proposal.***** Posted 01/15/99 (W-SN288589). (0015)

Loren Data Corp. http://www.ld.com (SYN# 0091 19990120\Y-0005.SOL)


Y - Construction of Structures and Facilities Index Page