|
COMMERCE BUSINESS DAILY ISSUE OF MAY 23,2000 PSA#2606Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 Y -- CONSTRUCTION OF SITE IMPROVEMENTS TO THE GROUNDS & SURROUNDINGS
OF THE NEW U.S. CONSULATE GENERAL IN ISTANBUL, TURKEY SOL
SLMAQM-00-R-6028 DUE 072300 POC Mike Larson (703) 875-6687 E-MAIL: Mike
Larson, larsonms@state.gov. The original Solicitation Number of
SLMAQM-00-R-6031 is hereby changed to SLMAQM-00-R-6028. It is clarified
that the proposal due date is July 23, 2000 (See below). The below
notice supercedes the orignal CBD notice posted on May 8, 2000. The
U.S. Department of State (DOS), Office of Foreign Buildings Operations
(FBO) is seeking qualified construction firms for a construction
contract to perform site work at the New Office Building in Istanbul,
Turkey. The project will be for the construction of site improvements
to the grounds and surroundings of the new United States Consulate
General in Istanbul, Turkey. The site is an irregularly shaped parcel
totaling approximately 93,200 square meters. The site is bordered by
Dereici Istinye Road to the east, Kapliclalar Street to the south, Mis
Street to the west and an abandoned quarry to the North. The contract
will include the erection of temporary site offices, a site access
road internal to the site, finished to base coat during construction
and to finish asphalt after construction completion; an employee
parking lot, building site excavation; duct banks with pull wires;
earth stabilization; landscaping and earth moving; trash cover and
removal; construction of temporary and permanent drainage; installation
of site lighting and power cable runs, installation of site security
lines, connection of power, water and sewer utilities, reinforced
concrete retaining walls, perimeter walls and fences, and relocation of
an overhead high tension power line. The construction cost is estimated
to be in the range of $5,000,000.00 to $8,000,000.00. The Percy
Amendment, 22 U.S.C. 302 will apply to American companies. Firms who
want to be considered for this preference are required to request this
preference in writing and submit the following information: (A)
Evidence of performance of similar construction work in the United
States, and (B) either (i) ownership in excess of fifty percent by
United States citizens or permanent residents or (ii) incorporation in
the United States for more than three years and employment of United
States citizens or permanent full-time professional and managerial
positions in the United States. This information is to be submitted as
part of the proposal by the required due date. This solicitation is
also being advertised locally in Turkey. The majority of the work will
be performed in six to nine months. However, the paving of the road
will occur 30 months after the Notice to Proceed. The contract type is
firm fixed price construction. The project solicitation will consist
of submittal of cost and technical proposal criteria. As a result of
evaluations of the cost and technical proposals, the offeror whose
proposal is determined to be the best value to the Government will be
awarded the contract. The cost proposals are to be submitted in the
formats provided by the United States Government. U.S. Government codes
and requirements, as well as the applicable laws, codes, and standards
of Turkey (whichever is more stringent) will apply. Specific code
requirements will be spelled out in the solicitation package. The
Project will be designed and constructed in hard metric (System
International) units. All designs will be in AutoCad R 13 or 14 files
in Department of State format. The scope of construction services under
this proposed contract will include: Full performance of site
improvements to the grounds and surroundings of the new United States
Consulate General in Istanbul, Turkey, in accordance with construction
documents prepared by the United States Government's Architect of
Record and approved by the Office of Foreign Building Operations; on
site organization and lines of authority to ensure overall project
coordination; daily management oversight and coordination with U.S.
Government on-site staff, Architect-Engineer representatives,
subcontractors, equipment suppliers, and materials managers, managing
job site meetings and submittals from project start to project
completion turnover; quality control program; and construction
scheduling to provide overall control throughout the life of the
project. The formal solicitations issued to interested firms will
contain phasing plans. Firms responding to this announcement on or
before the closing date will be evaluated using the following
evaluation criteria 100 points maximum: (1) TECHNICAL QUALIFICATIONS:
Technical Qualifications will have a weighting of seventy percent.
Subfactor 1(a) Technical Approach: the offeror's technical approach for
construction projects that explains the offeror's methodology for
decision making, personnel management, team approach, and quality
assurance. In the execution of contract scope, schedule establishment
and control, and budget allocation and administration, and projected
capacity 10 points. Subfactor 1(b) Financial Capability: The offeror
must demonstrate that it has the financial capability and resources to
accomplish the 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 per year in three of the last five years of at least
equal to the level of their proposal. The offeror must provide a list
of banks or other lending institutions that offeror intends to use in
order to finance this project, and must provide credit references -- 15
points. Subfactor 1(c) Professional Qualifications: The offeror should
set forth its professional qualifications, specialized experience, and
technical competence in the renovation and construction of similar
projects involving multiple contractors and sub-contractors. The
offeror must demonstrate that it has either individually or
collectively accomplished the construction of projects of similar value
and complexity. The offeror will be evaluated on the quality of the
built projects. (Maximum of five example projects) -- 15 points.
Subfactor 1(d) Ability to meet schedule and critical milestones: The
offeror should have a demonstrated record of performing work on
schedule while maintaining effective cost and quality control. Briefly
describe previous examples of internal quality assurance and cost
control procedures and indicate effectiveness by listing the planned
and actual construction duration, client's construction budget, design
construction estimate, construction award amount, final construction
cost, and construction change order rate in tabular form for five
recent projects -- 20 points. Subfactor 1(e) Experience with recent
projects that are similar in size and scope: The offeror should detail
its previous experience with projects that are similar in size and
scope -- 10 points. Failure to address any one of the foregoing
criteria in writing will result in the offeror being removed from
further consideration. When responding to criteria (1)(a) through
(1)(e) above, the offerors must list the owner's name, address,
telephone number, and client's contact person for each project. FACTOR
2: Price. Price will have a weighting of 30 percent. Firms that meet
the requirements described in this announcement are invited to submit
two copies of their proposals containing the following: (a) Technical
Qualifications Criteria and solicitation cost proposal. Failure to
provide any one of these written documents will result in the offeror
being removed from further consideration. These written documents are
to be submitted in English. The Government intends to evaluate the
technical and cost proposals and determine best value to the
Government. The firm whose proposal is determined to be the best value
to the Government will be awarded the contract in the amount of its
cost proposal. Solicitations will be available on June 19, 2000.
Proposals will be due on July 23, 2000. The solicitation will be
available at the following locations: Mike Larson, Department of State,
A/LM/AQM/RA/CON, Construction Branch, Room L-600, P.O. Box 12248,
Rosslyn Station, Arlington, VA 22219, Telephone number (703) 875-6687
or Sibel Ozayas, United States Consulate General, 104-108 Mesrutiyet
Caddesi, Tepebasi 80050, Instanbul, Turkey, Telephone number
90-212-251-3602. Interested firms are only allowed to visit the site
during the official site visit. A site visit is planned for June 19,
2000. For information regarding the site visit, contact Jerry Withers
at (703) 875-6687 or Sibel Ozayas at 90-212-251-3602 by June 9, 2000.
The Government will not reimburse offerors for travel to and from the
site visit. All submittals must be received by close of business on
July 23, 2000, at Attn: Mr. Mike Larson, U.S. Postal mailing address:
Department of State, A/LM/AQM/RA/CON, Construction Branch, Room L-600,
P.O. Box 12248, Rosslyn Station, Arlington, VA 22219. Delivery address
for Express Mail or Courier: Department of State, A/LM/AQM/RA/CON,
Construction Branch, Room L-600, 1701 N. Ft. Myer Dr., 17th Street
entrance, Arlington, VA 22219. (The U.S. Postal Service does not
deliver to the 1701 N. Ft. Myer address). Requests for clarification
must be submitted in writing to Mike Larson, Telephone Number (703)
875-6687. The fax number is (703) 875-6292. Proposals received after
this date will not be accepted. Posted 05/19/00 (W-SN456474). (0140) Loren Data Corp. http://www.ld.com (SYN# 0111 20000523\Y-0020.SOL)
Y - Construction of Structures and Facilities Index Page
|
|