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