Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,2000 PSA#2614

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

Z -- RENOVATION OF THREE BUILDINGS, UNITED STATES CONSULATE, USIS AND GSO BUILDINGS AT THE U.S. EMBASSY'S UPPER PORTION OF THE COMPOUND IN ROME SOL TBD DUE 062100 POC Bob Powell Contracting Officer, and Howard Williams Jr. Contracting Specialist 703-875-6279 E-MAIL: Howard Williams Jr (703) 875-6279, Hwilliams@state.gov. The U.S. Department of State (DOS), Office of Foreign Buildings Operations (FBO) is seeking qualified construction firms for the renovation of the United States Consulate, USIS and GSO buildings at the U.S. Embassy's upper portion of the compound in Rome, Italy. The project's scope of work is four general areas. Part one includes Personnel Access Control and security upgrades to the three buildings. Part two includes the HVAC upgrades to all three buildings. Part three includes electrical upgrades, telephone and data distribution to all three buildings. Part four includes construct handicapped accessibility modifications to the Consular and USIS buildings required to meet new standards. A centralized HVAC system is being added to the Consular and USIS buildings with a water-cooled chiller plant to go along with the existing centralized heating plant. The HVAC system will be a two-piped chilled water system with the chiller plant being located in the basement of the USIS building feeding the other building on the compound. The construction cost is estimated to be between $5,000,000.00 and $7,000,000.00. The Percy Amendment, 22 U.S.C. 302, will apply. Firms who want to be considered for the Percy Amendment 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 residents in more than half of the company's 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 Italy. The contract period of performance is anticipated to be between 17 and 24 months. The contract type is firm fixed price construction. The project solicitation will consist of two phases; this solicitation is for Phase One. As a result of evaluations from submittals sent in response to Phase One, up to five firms with the highest rankings meeting the technical requirements will be issued formal solicitations and invited to submit Phase Two cost proposals. The Government reserves the right to limit the number of firms invited to participate in Phase Two to permit the greatest number that will permit efficient competition among the most highly rated proposals. The Government anticipates selecting up to five (5) contractors, but no more; from the pre-qualified source of contractors from Phase One. The cost proposals during Phase Two are to be submitted in the formats provided by the United States Government. The firm with the lowest responsible cost proposal will be selected for contract award. The scope of construction services under this proposed contract will include: total construction skills and services to fully renovate a functional and operational U.S. buildings as outlined above, 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 them project. Three buildings designated within the project scope will remain occupied during the period of performance for this contract requiring phased construction. It will be the prequalified contractor's responsibilities to map out a plan of how they intend on integrating the work of the three buildings within the required performance schedule for this project. During work in limited specified areas, the successful offeror, including all entities that comprise a joint venture, must be escorted by representatives of the United States Government who have security clearances. No scoring points will be used in the government's evaluation and ranking of potential offerors. All rankings will be done in narrative form by the Government's technical team. The Government will use a narrative ranking format to rank all acceptable proposals submitted under this CBD. Up to five proposals receiving the highest rankings will be asked to submit cost proposals under Phase Two of this announcement. Firms responding to this announcement on or before the closing date will be considered for pre-qualification using the following evaluation criteria below; all evaluation factors are of equal importance and will be evaluated based on the quality and content of the information submitted to the Government under Phase One of this announcement. FACTOR 1 -- TECHNICAL QUALIFICATIONS: (a) The contractor must show specialized experience and technical competence in renovation of historic buildings by incorporating modern HVAC and Electrical systems while maintaining existing systems and working around occupied buildings. (b) The contractor must demonstrate from five projects during the last five years how they maintained the project schedule while exercising effective cost and quality control measures. FACTOR 2 -- PAST PERFORMANCE: (a) Previous experience with overseas projects or projects in Italy and knowledge of Italian or European building codes, standards, and construction practices. (b) Show a minimum of five years of successful design and construction experience on similar projects with a preference for those performed in Italy or Europe. (c) Offerors must demonstrate that they and their principal sub-contractors have either individually or collectively completed renovation projects similar in complexity and type, with at least five construction projects over $5,000,000.00 U.S. dollars, during the previous five (5) years. (d) The contractor or joint venture teams will be evaluated on the quality of the built projects, maximum of five example projects each project cost totaling over $5,000,000.00 during the last five years. (e) Offeror's must briefly describe internal quality assurance and cost control procedures and indicate their effectiveness by listing the planned and actual design duration, client's construction budget, design construction estimate, construction award amount, and provide a construction change order rate in tabular form for five recent projects within the last five years. FACTOR 3 -- CAPACITY TO PERFORM THE WORK: (a) Identify available labor, materials, facilities, equipment and financial assets available for performing a project of this magnitude. (b) Offerors must demonstrate that they have the financial capability and resources to undertake their proposal 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 combined construction and renovation business volume of at least equal to the level of their proposal per year in three of the last five years using the project criteria above. (c) Offers must provide a list of banks or other lending institutions which offer intends to use in order to finance this project, and provide credit references. FACTOR 4 -- MANAGEMENT: (a) The contractor must provide a business management plan for construction projects that explains the offeror's methodology for decision making, personnel management, team approach, quality assurance in the execution of the contract, schedule establishment and control. As a means of verification of the contractors abilities to meet each of the aforementioned criteria, firms that meet the requirements described in this announcement are invited to submit two copies of the following for Phase One and what was required above of the contractors in response to each factor's; subfactor's information within: (a) Technical Qualifications, (b) Past Performance Information, (c) Capacity to Perform Work, and (d) Management Business Plan. Failure to provide any of this information as outlined under each factor will result in the offeror being removed from further consideration. All information and response(s) to this CBD announcement shall be written in English. This is a solicitation for phase One only. The Government intends to evaluate and rank Phase One proposals and seek Phase Two submissions (cost proposals) from all firms that meet the technical requirements set forth in this Phase One solicitation. The prequalified firms will be asked to submit cost proposals. The proposer with the lowest responsible cost proposal will be selected for contract award. All submittals must be received by close of business on JUNE 21, 2000, at Attn: Mr. Howard Williams JR, 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. Requests for clarification must be submitted in writing to Howard Willaims JR., Telephone number (703)-875-6279. The fax number is (703) 875-6292. Proposals received after this date will not be accepted. Posted 06/01/00 (W-SN460389). (0153)

Loren Data Corp. http://www.ld.com (SYN# 0153 20000605\Z-0033.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page