SOLICITATION NOTICE
Y -- CONTRACT FOR DESIGN-BUILD RENOVATION OF WEST OFFICE BUILDING PROJECT
- Notice Date
- 2/15/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- SALMEC-06-R-0039
- Response Due
- 3/3/2006
- Archive Date
- 3/18/2006
- Description
- CONTRACT FOR DESIGN-BUILD RENOVATION OF WEST OFFICE BUILDING PROJECT NEW DELHI, INDIA FEDBIZOPPS ANNOUNCEMENT SALMEC-06-R-0039 THE U.S. DEPARTMENT OF STATE (DOS), Office of Overseas Buildings Operations (OBO), is seeking to pre-qualify firms for a Design-Build Rehabilitation Project to renovate the West Office Building (OBX) at Department of State Foreign Service Post, New Delhi, India. The Department anticipates award prior to September 30, 2006. The range of the project is from $10 million to $20 million. Award of the contract will be competed between the firms chosen for award during Phase II of this solicitation. Offers will be firm fixed-price. The period of performance will be this project shall be twenty-four (24) months. It is not intended that classified information will be stored or processed in the annex, and the contractor is not required to possess a facilities clearance (FCL) or to have personnel with security clearances." THE SCOPE OF WORK (SOW) will include an upgrade of mechanical, electrical and plumbing systems within the OBX, reconfigure of the basement and first floor levels as per the requirements of the Space Requirements Program (SRP) and the construction of a two story addition in the existing courtyard. Floor plans for the entire building have been developed and shall be used by the Architect/Engineer (A/E) as guidance. The teller window configuration in the Consular Section along with the entrance and exits are fixed. The AE may deviate from the layout if necessary to accommodate the program elements. Background information on the Standard Embassy Design may be viewed at: http://www.state.gov/documents/organization/37418.pdf Task #1: Concept Drawings: Develop floor plans for presentation to OBO and Post for review. In addition, the A/E shall also provide a cost estimate for the project(s). A. The Ground floor and basement area, except the majority of motor pool area, shall be reconfigured for the Library of Congress (LOC), the Consular Services and other sections as defined in the SRP. B. The garage remains in its present location. A new extension to the receiving dock shall be provided to service the Library of Congress. The ventilation system shall be modified to prevent automobile exhaust gases from being introduced into the OBX ventilation system. C. The basement fire sprinkler system shall be replaced with a new system that will service the entire building. The new fire sprinkler system shall be fed from the existing vertical turbine fire pump on the compound. The fire alarm and emergency lighting systems shall be replaced to meet code. D. The existing auditorium shall be demolished and converted into a multipurpose room with a portion of the existing space being allocated to functions within the Library of Congress. E. A new Compound Access Control (CAC) facility shall be built to service the Consular Section. This facility shall satisfy the design requirements of the ?Compendium of Security Standards?. This facility shall be provided with a unisex staff toilet, and two toilets to service the public waiting in the Visa Garden. Upon completion of this facility, the existing PAC will be demolished and the fa?ade of the OBX restored to its original appearance. F. Landscaping shall be provided for the Visa Garden and the area originally occupied by the Consular CAC. G. Asbestos removal shall be coordinated with the Project Director. H. A staging and phasing plan shall be developed by the A/E in conjunction with the Project Director. Portions of the OBX building will continue in operation throughout the period of construction. I. Scheduling of demolition and noise levels shall be coordinated with the Project Director (PD) for work performed on weekends and holidays. Task #2, Construction Documents and Specifications: Develop to the 35% completion level for OBO and Value Engineering (VE) review. THE U.S. EMBASSY, New Delhi, West Office Building, was constructed in 1965. It was designed as a functional companion to the Chancery Office Building. The 9,175 square meter (104,530 square foot) building has a basement and two upper floors. The building is supported on a concrete frame with flat concrete floor slabs. The exterior walls of the building are composed of a tile patterned grille work, cast on site and hand polished. The molds for this grille work are available at the project site. Principle upper floor finishes include terrazzo, carpet and resilient tile flooring; plaster walls; and plaster and acoustical ceilings, both fiber and metal. Windows are painted steel frames with casement sashes. The West Office Building underwent a partial renovation and upgrade in 1999. The second floor was renovated and reconfigured in order to house U.S. Agency for International Development (USAID). The project entailed architectural, mechanical and electrical upgrades, and also addressed Uniform Federal Accessibility Standards (UFAS) and life safety problems. In addition, the project also included replacement of selected air handling units, ductwork and chilled water piping. The mechanical portion of this project required upgrades to selected mechanical equipment within the basement of the building. THE CRITERIA PACKAGE (Statement of Work) issued with the RFP will include Architectural & Engineering Design Guidelines for US Diplomatic Mission Buildings conceptual architecture drawings and specifications; Space Requirements Program; Engineering Feasibility Study, and other information to be used by the D/B contractor. The package includes project specific design such as site utilization; building blocking, stacking, and adjacencies, elevations and specifications. THE TYPES OF DESIGN SERVICES TO BE PROVIDED WILL INCLUDE, protection of existing buildings and landscaping, architecture; structural, civil, seismic, geo-technical, blast protection engineering; mechanical engineering; electrical engineering; energy conservation; interior design, space planning, systems furniture; signage, security, communications, fire protection, cost estimating, scheduling, value engineering, and administrative coordination. U.S. Government codes and regulations, and the applicable laws, codes and standards of foreign countries will apply. Building design submission shall use hard metric units (Systems International). The design will be submitted in AutoCad R2000 files in DOS format. The design/build firm shall be the ?Designer of Record " and is responsible for completing the working drawings and specifications in accordance with the Criteria Package. The contract type for the project will be firm fixed-price. Construction services will include construction labor, materials, and equipment to execute the OBO accepted design; on-site organization with management to ensure overall project coordination; overall control throughout the life of the project. Required services include required submittals and institution of controlling programs such as: a quality control program, safety, construction scheduling, cost control, and projects closeout services. THE PROJECT SOLICITATION WILL CONSIST OF TWO PHASES. This announcement for prequalification is Phase I. The Department of State will evaluate and rate the prequalification proposals based on the evaluation criteria set forth in the following Evaluation Factors. Each of the factors below will be evaluated on a pass/fail basis. Time is of the essence to construction of this project. The government reserves the right not to make award to any offeror receiving less than a satisfactory rating in any one evaluation factor or sub-factor. Those offerors receiving a satisfactory evaluated rating from the technical board in Phase 1will be issued a formal solicitation (RFP) and invited to submit proposed pricing in Phase II. The submissions received in response to the Phase II formal solicitation shall be submitted in the formats provided and will be evaluated in accordance with the evaluation procedures contained in the solicitation. Due to this time constraint it is anticipated that the pre-qualified firms will be required to participate in visits to the project sites within 10 to 15 days after the issuance of the design/build RFP. To offset some of the cost of the site visits and other related costs, pre-qualified firms that do not receive the design/build award will be paid $10,000 for each responsive technically acceptable project proposal and which is determined as being with the competitive range submitted in Phase Two. PRIOR PRE-QUAILFICATION Firms that submitted a Pre-qualification package for design/build projects of similar scope and value during FY 2005 or FY 2006 and were successfully pre-qualified by the OBO technical panel need not resubmit their pre-qualification package under this announcement. If interested, the previously pre-qualified offerors must send the POC a letter of interest prior to the closure date of this solicitation. However, if any changes have occurred in a company's structure, size status, or the Design/Build Team since the submission of the original design/build pre-qualification package the offeror must identify the change(s) in the letter for the government to review and evaluate. The government will determine if such changes are acceptable. Offerors must ensure that they cite the RFP number of the previous pre-qualification solicitation and what specific changes were made since pre-qualification. A change by the contractor must be sent for evaluation to this office regardless of how minor the offeror may believe it is. If no changes have occurred since pre-qualification the offeror must state this in the letter of interest. MANDATORY PREQUALIFICATION REQUIREMENTS FIRMS BEING CONSIDERED FOR AWARD UNDER THIS ACQUISITION is limited to United States person bidders. To qualify as a US person bidder, offerors must furnish evidence of (a) performance of similar construction work in the United States, and (b) either (1) ownership in excess of fifty (50) percent by United States citizens or permanent residents, or (2) 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 corporation?s permanent full-time professional and managerial positions in the United States. Each company responding to this notice shall contact the Contract Specialist for a copy of the pamphlet "Certifications Relevant To Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986." The pamphlet must be completed and included as part of the pre-qualifications package. If a joint venture is formed, the company having 51 percent or greater interest in the JV must be the one completing the pamphlet. This is a pass/fail-evaluated area. Offerors must receive a pass rating in this area before proceeding to the next step in the evaluation process. A facility security clearance is not required for this project. Information on the US persons requirements may be viewed at: http://www.statebuy.state.gov/grants/authorities.htm#procurement PHASE I, PROPOSAL SUBMISSION REQUIREMENTS PROPOSAL SUBMISSION REQUIREMENTS/ PREQUALIFICATION EVALUATION FACTORS/ PROPOSAL SUBMISSION INSTRUCTIONS: Offerors that meet the requirements described above are required to submit the documentation as described in the following evaluation factors. To be considered for qualification, offerors must address the following criteria in writing, and meet the requirements of each of the criteria fully. Offerors are cautioned that only the information contained in their submission and any additional obtained concerning past performance will be considered during the evaluation of offerors. Submissions must be provided in original and three copies, and formatted and tabulated by evaluation factor: Proposal Format: Maximum page limit for submissions is 150 single sided pages/75 doubled sided pages. The required SF Form 330 is limited to 50 single sided pages and is included in the total page count. No more than 25% of the total number of pages may be foldouts, maximum size 11.5? by 17?. Offers shall be submitted in size twelve (12) font, except the SF Form 330 which may be prepared in size ten (10) font. The pages comprising the pre-printed package required for the Certifications Relevant To Public Law 99-399, and the copy of the Joint Venture Agreement, when applicable, are not included in the maximum page count. Multiple submissions are not required: one package may be submitted for each design-build team for consideration under any number of project evaluations. Indicate project(s) of interest on the face of the proposal(s). NOTE: Project lists and other information required in the SF 330 may be cross referenced in other areas of the submission. Information provided in the SF 330 need not be duplicated. Submissions must be provided in original and three copies, and formatted and tabulated using the following evaluation factors: Factor 1 - Technical Approach and Business Management Plan; Factor 2 - Technical Qualifications; 2a - Professional Qualifications Construction; 2b - Design team qualifications; 2c - Capacity; Factor 3 - Past and Present Performance. FACTOR 1: TECHNICAL APPROACH AND BUSINESS MANAGEMENT PLAN A. Provide a brief description of your business management plan for design-build projects. The Government will evaluate the extent to which the plan demonstrates a comprehensive and effective approach for offeror?s methodology for decision making, personnel management, team approach, quality assurance, etc. in the execution of the contract scope, schedule, and cost. B. The offeror shall provide an organizational chart for the design team as part of the SF330. The relationship between prime contractor, designers, and OBO shall be clear. The chart shall depict organizational structure and describe the relationship of key positions for both design and construction activities (including all consultants and QC personnel). If the organization is a joint venture, the chart shall clearly indicate the level of authority for the JV partnership. The Government will evaluate if the offeror?s proposed plan clearly demonstrates a comprehensive and effective approach for management and coordination of decision making, project personnel and development and control of project design products, schedules and costs. FACTOR 2: TECHNICAL QUALIFICATIONS A. Prime contractor qualifications: The prime contractor shall describe a minimum of four projects, maximum of five to demonstrate technical qualifications. One of those projects should be a design-build project and at least 3 of these projects should be substantially completed. Projects may include similar construction on military locations. In addition, the offeror shall provide construction volume per year in the last three years. Provide resumes of all key construction management personnel. It will be possible to substitute personnel if invited to Phase II, however, qualifications must meet or exceed those submitted for Phase I. The DOS will evaluate the extent to which the offeror?s proposal. 1. Demonstrates successful accomplishment of project construction of a similar dollar value and technical complexity as those identified in this notice: 2. Demonstrates professional qualifications, specialized experience, and technical competence in design and construction as well as design-build of projects involving multiple contractor and subcontractor disciplines. 3. Demonstrates that the principal construction contractor has either individually or collectively successfully accomplished the design and construction (preferably design-build) of projects of a similar scope, complexity and dollar value as that specified in this notice. B. Design team qualifications: Provide documentation demonstrating offeror?s existing relationships or the capability to obtain and provide specialized experience, licensed professional engineers and architects having technical competence in the design of similar domestic or international projects involving multiple disciplines and subcontractors. Projects may include similar construction on military locations. The Government will evaluate the extent to which the offeror's submission demonstrates through documentation in the SF330 accomplishment of project designs of a similar dollar value and technical complexity as those for which prequalification is requested. The SF330 must include data for principle designer and major subcontractors including architectural, interiors, fire protection, landscape, civil, geotechnical, structural, blast, mechanical, electrical, security and telecommunications. During the evaluation process, the information provided in the SF 330 will be reconciled with the proposal text. Experience shall include physical and technical security systems for buildings, including blast and environmental security (chemical and biological agents). Projects shall demonstrate functionality, security, sustainability, maintainability, aesthetics and cost effectiveness. Design teams shall demonstrate their commitment to design excellence, providing project data, awards and other supporting information of the experience of the key design personnel. The offeror shall provide minimum of four, maximum of five examples of similar projects. Provide resumes of all key design personnel. It will be possible to substitute personnel if invited to Phase II, however, qualifications must meet or exceed those submitted for Phase I. The Government will evaluate the extent to which the offeror?s proposal: 1. Demonstrates capability to provide specialized experience, licensed professional engineers and architects having technical competence in the design of similar domestic or international projects involving multiple disciplines and subcontractors: 2. Demonstrates professional qualifications, specialized experience, and technical competence in design as well as design-build of domestic or international projects. 3. Demonstrates that the design team has either individually or collectively been successful in accomplishing the design (preferably design-build) of projects of a similar scope, complexity and dollar value as the project for which prequalification is requested. C. Capacity: The Government will evaluate the extent to which the offeror?s proposal demonstrates capacity (considering financial, professional, personnel, and facility resources) to accomplish work within required cost and time parameters. The Contractor shall provide a description and graphic chart of resources available. The SF330 will be used to evaluate A/E capacity. The Government will evaluate the extent to which the offeror demonstrates that the design-build team will have sufficient capacity. The package will be evaluated to determine the extent to which it demonstrates the offeror has sufficient financial, professional, personnel, and facility resources to accomplish the project(s). FACTOR 3: PAST AND PRESENT PERFORMANCE Offerors shall submit detailed information concerning Federal, State and Local Government, and private contracts considered relevant in demonstrating ability to perform design-build projects similar to those for which prequalification is requested. Performance shall have been within the last three years. This information may include efforts performed by other divisions, corporate management, or critical subcontractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Information shall include: offeror?s company/division; project name; customer contact and agency/company; contract number; brief description of effort and relevance to the proposed effort; type, value and performance period of contract; and offeror?s role in past work (prime or sub). Provide name, address and telephone number of current or last, Program Project Manager, Contracting Officer, and/or Contract Manager for each referenced project. Offerors may include additional relevant information demonstrating significant achievements or explain performance problems they consider relevant to the proposed efforts. The Government will evaluate the extent to which the offeror?s past performance demonstrates conformance to specifications and compliance with contract terms and conditions including subcontracting plan goals for small disadvantaged businesses; adherence to contract schedules; effectiveness in forecasting, managing, and controlling contract costs; conformance to construction safety plans; adherence to security requirements; responsiveness and business-like concern for the customer; and effective management of subcontractors and key personnel, including timely award of subcontracts and selection, retention, and replacement (when necessary) of key personnel. Note: As prescribed in the Federal Acquisition Regulation at 15.305(a)(2)(iv), an offeror without a record of relevant past performance or for whom information on past performance is not available will receive a neutral rating. Offerors that meet the requirements described in this announcement are invited to submit a statement of the offeror?s business structure (e.g., Joint Venture, integrated contractor), and design and construction portfolios that illustrate the design build team?s capabilities. It is the intent of the Government to issue Phase II solicitations to the offeror(s) determined pre-qualified based on proposals received in response to this notice, and information concerning past performance obtained from available sources. ALL SUBMITTALS MUST BE RECEIVED by 3:00 P.M. EST March 3, 2006. TRANSMISSION OF PROPOSALS: Offerors are advised to hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC.) to the following address (DO NOT USE the U.S. POSTAL SERVICE (PO Box) ADDRESS) U.S. Department of State: Attn: Mr. Jose R. Bumbray; A/LM/AQM/FDCD/CON, Room L-600, SA-6; 1701 North Fort Meyer Drive, (17th St. Entrance); Arlington, VA 22209. Include the solicitation number, SALMEC-06-R0039 on the face of the package. REQUESTS FOR CLARIFICATIONS MUST BE SUBMITTED in writing to Mr. Jose R. Bumbray by mail, at facsimile (703), 875-6699, or e-mail BumbrayJR1@state.gov. Voice contact telephone (703) 875-6076.
- Place of Performance
- Address: Design-Build Rehabilitation Project to renovate the West Office Building (OBX) at Department of State Foreign Service Post, New Delhi
- Country: India
- Country: India
- Record
- SN00988634-W 20060217/060215211929 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |