Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2003 FBO #0446
SOLICITATION NOTICE

C -- Moscow Design Services

Notice Date
2/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-ALMEC-03-R-0031
 
Archive Date
4/5/2003
 
Point of Contact
Linda Patton, Contract Specialist, Phone 875-6291, - Patricia Regalo-Warren, Branch Chief/AE, Phone 875-6282,
 
E-Mail Address
pattonlg@state.gov, regalo-warrenpa
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), is seeking a qualified professional, licensed architectural/engineering firm or team to provide comprehensive design services for a new 1,200 gross square meter Annex Office building and the renovation of existing housing for conversion into a Marine Security Guard Quarters located at the U.S. Embassy Compound Moscow, Russia. The renovation project will be approximately 7%-10% of the design services. The estimated construction cost range is $40-$55 million. The estimated start of the design project is August 2003, with a design completion schedule of 12 calendar months. The type of contract will be firm-fixed price. The Annex Office building will be located on the 5.6 hectare New Embassy Compound. The New Embassy Compound is located in a prominent section of the city in close proximity to the Russian Federation?s governmental and cultural institutions. The design of the Annex Office Building shall complement the New Embassy Compound?s architectural context. The scope of A/E services under this contract will include: architecture, site design, landscape architecture, and space planning; electrical, mechanical, structural, blast, seismic, and civil/geotechnical engineering; security systems engineering, lighting design, acoustical engineering, information/telecommunications; cost estimating, interior design and systems furniture integration, food service, environmental, energy conservation and sustainability, environmental security engineering (chem-bio), fire protection and alarm systems, physical and technical security, cost engineering, value engineering, and vertical transportation; and administrative coordination of the various disciplines involved. The selected Architectural/Engineering firm will retain a local firm to collect information on local material labor and utilities, construction and occupancy permits. International Building Code (IBC) - 2000 Edition, U.S. codes and U.S. Government requirements, including Uniform Federal Accessibility Standards (UFAS) and sustainable design, as well as the applicable laws, codes and standards of the host country will apply. The project will be designed in hard metric (System International) units. Each design submission will include drawings developed with AutoCAD 14.01 or 2002 files in the Department of State format. Prior to any travel to Moscow, personnel from the successful offeror (and/or its subcontractors) must favorably pass a National Agency Check (NAC) conducted by the Bureau of Diplomatic Security. Travel cannot commence until the favorable NAC has been issued. If the NAC results are unfavorable, the proposed individual will not be authorized to travel to Moscow. Firms responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria ? 100 points maximum: (a) Professional qualifications necessary for satisfactory performance of required design services, particularly commercial building design. Include all disciplines/services required by the scope of A/E services described above. Show any licenses, registrations, or other certifications, as well as awards and other indicators of high quality performance-20 pts. (b) Demonstrated site planning, landscape architecture, interior design, and architectural design excellence by the A/E team on projects of a similar size and complexity, and preferably international projects. Provide examples of three recent projects showing high quality design performance by proposed key design personnel-20 pts. (c) Past performance on contracts in terms of cost control, quality of work, and compliance with performance schedules, coordinating multi-disciplinary design efforts, and providing effective cost and quality control. Indicate effectiveness of meeting design schedules, cost control of representative projects by listing the construction budgets, construction contract award amounts, and construction change order volume for three recent projects. At least one contact reference should be listed for each of the projects listed-20 pts. (d) If using consultants, demonstrate that the team has worked successfully together in providing similar services, by submitting information on a maximum of three recent projects-10 pts. (e) Specialized experience and technical competence in sustainable design, energy efficiency, energy conservation, reliability-centered maintenance. Provide back-up data for a maximum of three recent projects that would demonstrate examples of creative solutions in facility design-10 pts. (f) Specialized experience and superior technical competence in physical and technical security design, including security and surveillance systems and special forced entry and ballistic resistant construction?10 pts. (g) Previous experience with overseas projects and knowledge of foreign building codes, standards, and construction practices-10 pts. For each project identified in the responses to the foregoing evaluation criteria, provide the name, address, telephone number, and e-mail address of a client representative and identify which members of the proposed design team participated on the project. Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. Selection will be in accordance with the Brooks Act , P.L. 92-582 (40 U.S.C. 541, et seq.). Offerors will be point-scored by a Pre-Selection Board for purposes of establishing a short list for consideration by the Architectural Engineering Council (AEC). The AEC will request presentations or conduct discussions with at least three of the most highly qualified firms in accordance with FAR 36.602.3 (c). The AEC will not rescore the offerors, but will make its own determination of the best qualified consistent with the announced evaluation criteria and will recommend that firm or firms for award to the OBO Director/COO. This is not a request for proposals. Since a contract may result in an award over $500,000, large businesses will be required to submit a small business-subcontracting plan prior to contract award. The DOS Fiscal Year 2003 subcontracting goals are: small business 40%; small disadvantaged business 5%; women-owned business 5%; HUBZone business 3%; and service disabled veteran business 3%. The small business size standard North American Industry Classification System code is 541310, $4.0 million average. The project contained in this announcement is supported by funds appropriated by Congress in the Department of State Fiscal Year 2001 budget and by the office of Overseas Buildings Operations (OBO) FY 2003 Financial Plan implementing that budget. However, the Department's (Office of Overseas Buildings Operations) Financial Plan has not yet been approved; funds are not presently available for award of a contract resulting from this announcement. A/E firms that meet the requirements described in this announcement are invited to submit two copies of the following: (a) Standard Form 254 Architect/Engineer and Related Services Questionnaire, (b) Standard Form 255 Architect/Engineer and Related Services Questionnaire for Specific Projects. The submission shall incorporate tabs to clearly identify the different solicitation requirements. The 255 should be included first, with additional tabs as appropriate, followed by the 254. Upon notification of selection, the A/E will be required to submit a copy of its Quality Management Plan (QA/QC) Plan within 10 working days for review and approval. In addition, firms must submit two copies of a statement of qualifications 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 request to Ms. Linda Patton at 703-875-6292, or by e:mail at PattonLG@State.Gov. A firm being considered for award must meet the definition of a ?United States person? of P.L.99-399, Section 402 thereof, as follows: (1) be legally organized in the United States more than five 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 or professional 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 percent of its permanent, full-time positions in the U.S. (5) have existing technical and financial resources in the U.S. to perform the contract; and (6) have no business dealings with Libya. Firms not meeting the ?United States persons? requirement will not be considered. Requests for clarification must be submitted, in writing, to Ms. Linda Patton, not later than 3:00 p.m., Eastern Standard Time, on March 5, 2003. The e-mail address to submit clarification questions is PattonLG@State.Gov. All 254/255 submittals must be received by 3:00 p.m., Eastern Standard Time, on March 21, 2003. U.S. Postal Service mailing address: Ms. Linda Patton, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Ms. Linda Patton, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive (17th Street Entrance), Room L-600, Arlington, VA 22209.*****
 
Place of Performance
Address: Moscow, Russia
 
Record
SN00261390-W 20030221/030219213326 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.