Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533

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

Y -- CONSTRUCTION OF NEW OFFICE BUILDING AT THE U.S. EMBASSY, LUANDA, ANGOLA SOL SLMAQM-00-R-6006 DUE 031700 POC Contact Person -- Robert A. Ellsworth (703) 516-1960, Aacsimile (703) 875-6292; Contracting Officer -- Robert R. Powell (703) 875-5164 E-MAIL: Luanda NOB, EllsworthRA@state.gov. The U.S. Department of State (DOS), Office of Foreign Buildings Operations (FBO) is seeking to pre-qualify prospective contractors for the construction of a new office building (NOB) at the U.S. Embassy in Luanda, Angola. The project will include the relocation of selected existing buildings, construction of the NOB and the attendant site facilities such as perimeter security, vehicular and pedestrian access control facilities, parking and other site amenities. The NOB and its infrastructure will be located on the existing occupied site of approximately 6,000 square meters. The NOB complex will comprise approximately 4,750 gross sq. m. (total of all buildings). The construction cost is estimated in the range of $15 million to $20 million U.S. Dollars. The contract period of performance is approximately 36 months. This includes a period of approximately three (3) to four (4) months during which the government will inspect, accredit and accept the NOB then move the occupants in from the existing buildings, after which the existing buildings will be demolished by the Contractor. The contract type will be a firm fixed price construction contract. Only those firms having successfully proven in Phase I -(Pre-qualification of Prospective Offerors) that they qualify will be invited to participate in Phase II (Cost Evaluation and Contract Award). The qualified contractors, including all entities which comprise a joint venture, must possess or be able to obtain, an active Department of Defense (DOD) Secret facility security clearance (FCL) with Secret safeguarding capability in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Appropriately cleared (Secret or Interim Secret) personnel will also be required for this effort. Uncleared firms will be sponsored for a Secret (FCL) at the time they are selected as a qualified offeror. Sponsorship does not guarantee that a firm will receive the clearance. The Government will not be obligated to extend its schedule if any of the sponsored firms have not been issued an FCL (with appropriate safeguarding capability) prior to the release of the classified construction documents to the pre-qualified firms for their use in preparing their offers. The scope of construction services under this proposed contract will include: total construction skills and services to produce a fully finished, functional and operational U.S. Embassy in Luanda, in accordance with construction documents prepared by the Government's Architect of Record and approved by FBO; on-site organization and lines of authority to ensure overall project coordination; daily management oversight and coordination with US Government on-site staff, Architect-Engineer representatives, subcontractors, equipment suppliers, materials managers, job site meetings, and submittals from initiation to turnover; quality control program; and construction scheduling to provide overall control throughout the life of the project. Firms being considered for award must meet the definition ofa "United States person" of Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 -- P.L. 99-399, as follows: (1) Be legally organized in the United States for more than 5 years prior to submitting the pre-qualification package. (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 to the project being solicited; (4) Employ U.S. citizens in at least 80% 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 NOB project site; (5) Have existing technical and financial resources in the U.S. to perform the contract; (6) Have no business dealings with Libya. Firms not meeting the "United States persons" requirement will not be considered. No more than 50 percent of the total value of the contract can be sub-contracted for this project. Firms responding to this announcement on or before the closing date must show that they qualify by submitting a completed "Pre-qualification Package" which must include the following: (a) Offerors must demonstrate that they have the financial capability and resources to undertake and accomplish a project within the funding range stated previously and be able to obtain the required performance and payment bonds, or bank letters of credit or guarantee; and must have a total construction business volume of at least $15 million to $20 million per year in three (3) of the last five (5) years. 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) Demonstrated successful completion of overseas construction projects each having a total construction cost of $15 million or more outside of the North American continent, preferably in Africa, (minimum of 3 recent projects, currently under construction or completed within the past five years.) (c) Demonstrated successful completion of the installation of physical and technical security systems for buildings, (minimum of 3 recent projects, currently under construction or completed within the past five years.) (d) Certifications Relevant to Public Law 99-399 Statement of Qualifications for Purposes of Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986, P.L. 99-399. (e) "Mailing List Application for Construction Contracts," FORM DS-1037 complete with all attachments. When responding to criteria (b) and (c) above, offerors must list the owner's name, address, telephone number, and contact person for each project. Also provide a brief description of each project including scope, original contract amount, original period of construction, final contract amount, actual period of construction, and a list of all warranty period claims valued over $5,000 each. Failure to submit any one of the foregoing in writing will result in the offeror being removed from further consideration. This is a solicitation for Phase I -- (Pre-qualification of Prospective Offerors). Based upon the evaluations of the information provided with the pre-qualification application, the government will invite only the qualified offerors to participate in Phase II -- (Cost Evaluation and Contract Award). The contract will be awarded to the offeror that provides the best value to the government. Further explanations of Phase II will be included in the pre-qualification packages that will be sent to prospective contractors. Contractors that meet all of the requirements described above in this announcement and are interested in being pre-qualified are invited to request by mail or facsimile, the "Pre-qualification Package" from Mr. Robert A. Ellsworth, U.S. Department of State, A/LM/AQM/RA/CON, Room L-600, P.O. Box 12248 Rosslyn Station, Arlington, VA 22219 or facsimile number 703-875-6292. If Express Mail or Courier Mail is used, the address is: U.S. Department of State, A/LM/AQM/RA/CON, Room L-600, 1701 N. Ft. Myer Dr., 17th Street entrance, Arlington, VA 22209. (The U.S. Postal Service does not deliver non-Express Mail to the 1701 N. Ft. Myer address). Requests for clarification must be submitted in writing to Mr. Robert A. Ellsworth. Completed pre-qualification packages, original and four (4) copies, must be received no later than 3:00 PM Washington, D.C. local time March 17, 2000.***** Sincerely, Robert A. Ellsworth Contract Specialist Posted 02/07/00 (W-SN422533). (0038)

Loren Data Corp. http://www.ld.com (SYN# 0113 20000209\Y-0012.SOL)


Y - Construction of Structures and Facilities Index Page