SOURCES SOUGHT
Z -- Department of State 2012 IDIQ Contract for Construction Services - Omnibus Diplomatic Security and Antiterrorism Act of 1986
- Notice Date
- 8/6/2012
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219, United States
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA12R0354
- Archive Date
- 9/21/2012
- Point of Contact
- Jillian M. Savage, Phone: 703-516-1580
- E-Mail Address
-
savagejm@state.gov
(savagejm@state.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Omnibus Diplomatic Security and Antiterrorism Act of 1986 Department of State 2012 IDIQ Contract for Construction Services RFP SAQMMA-12-R-0354 Notice of Solicitation of Submissions for Contractor Pre-Qualification The US Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations (OBO), is seeking a qualified 8(a) Owned Small Business for an Indefinite Delivery Indefinite Quantity (IDIQ) to provide construction services to the Program Support Division of the Office of Facilities Management. The work required under this solicitation shall be analytical, technical, administrative, and construction/maintenance services to enable effective execution of water treatment equipment installations and/or upgrades; renewal, maintenance, and system modifications of Environmental Security Protection Systems; and chlorofluorocarbon (CFC) recovery and recycling training at various Department of State Foreign Service Posts worldwide, as specified herein. This is a 100% small business set-aside. The small business NAIC code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, and the small business size standard is $14.0 Million. One (1) indefinite quantity/indefinite delivery (IDIQ) contract shall be awarded to a SBA certified 8(a) small business. 1. Solicitation Description Anticipated Period of Performance and Contract Amount: The contract period will be one base year from the execution of the contract with four additional one-year option years. The actual amount of work to be performed, the time of such performance, and the location of such performance, will be determined by the Contracting Officer, who will issue written task order proposal requests and task orders to the selected Contractor. Award of task orders will be on a firm fixed price basis. The maximum dollar value of this contract shall be $8,000,000 for the base year and each option year. Contract duration shall not exceed five years. The total contract value shall not exceed $40,000,000. Task order projects are estimated to be valued between $50,000 and $500,000. During the term of this contract, which includes the Base Year and all option years exercised, the guaranteed minimum will be $10,000 for the life of the contract. Character and General Scope of Work: The work shall be done to specific machinery or in designated areas on various Government-owned and leased properties of U.S. Department of State's (DOS) foreign diplomatic Posts. All work shall be accomplished in a manner which: 1) conforms to the intent of all applicable ANSI/NSF, ASHRAE, AWWA, NFPA/NEC, U.S. EPA environmental, U.S. Nuclear Regulatory Commission, and U.S. OSHA safety laws and regulations, and DOS policy, procedures, and directives; 2) recognizes and takes all precautions against the documented dangers CFC/HCFC emissions and/or other chemical byproducts; 3) causes no contamination to other parts of the building, endangers none of the building occupants or workers during these task; and 4) leaves the areas safe for re-occupancy. The successful offeror shall provide all of the necessary qualified personnel, supervision, material, equipment, tools, and supplies as needed to perform any or all of the requested services as described herein. These services include: • Performing chlorofluorocarbon (CFC) recovery and recycling training at our overseas embassies and consulates to comply with US Clean Air Act - Section 608 and Montreal Protocol standards, which prohibit the release of ozone depleting substances into the atmosphere. The work may include HVAC modification and/or repair including but not be limited to, CFC chiller upgrades, duct cleaning, cooling tower disinfection, installation of chemical feed systems, and supplying CFC/HCFC recycle/recovery training and equipment. • Performing installation/upgrades of water treatment equipment. The types of water treatment equipment to be installed shall include but not be limited to, reverse osmosis, ion exchange, membrane filtration, mixed oxidant, ozonation, chemical additives, residual disinfection, multi-media filtration units or waste water treatment units as specified in the Contract Documents. • Performing Environmental Security Protection System (ESPS) filter change-outs and ESPS system modifications including, but not limited to, full-scale filter change-outs and modifications to filter housings, air-handling units and associated ductwork and monitoring devices, and installation of new or adjustment of existing pressure gauges. 2. Contract Solicitation - Two Phase This solicitation will consist of two phases. Phase I - Pre-Qualification of Offerors This announcement for pre-qualification is Phase I. DOS will evaluate and rate the prequalification proposals based on the evaluation criteria set forth in the following evaluation factors. Those offerors receiving a satisfactory evaluated rating from the technical evaluation board will be issued a formal solicitation (Request for Proposal) and invited to submit pricing in Phase II. The government reserves the right not to prequalify any offeror receiving less than a satisfactory rating in any evaluation factor or sub-factor. Phase II - Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified in accordance with this notice will be issued a formal Request for Proposal (RFP) for the award of the base IDIQ contract and invited to submit proposed pricing in Phase II. The RFP will include a statement of work, standards, and criteria for the use in the performance of task orders for specific project performance. The pricing requirements shall be identified in the RFP and will include identification of the proposed fully burdened labor rates to be utilized during task order solicitation pricing during the base and each option year of the IDIQ contract. 3. Submission of Technical Qualifications Firms/organizations responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria- (100 points maximum): a) (25 points) Specialized experience and technical competence for satisfactory performance of tasks that will be issued under the contract. The offeror shall demonstrate past experience with installing, troubleshooting, repairing, commissioning, testing, operating, and maintaining engineered building systems, including providing comprehensive training to multi-lingual local staff in the proper operation and maintenance practices of said systems and equipment. The offeror must also demonstrate experience with engineered building systems having past experience providing subject matter engineering and construction professionals with environmental, HVAC, electrical, water treatment, and building controls expertise, including past experience in building systems engineered to protect against airborne chemical, biological, or radiological (CBR) attacks. b) (25 points) Qualifications of personnel who will be assigned to the contract and their experience and capabilities for satisfactory performance of tasks that will be issued under the contract. This includes, but is not limited to: education, registrations, and related certifications that define professional work experience in construction, commissioning, and operation and maintenance of engineered building systems; actual work experience; and relevant continuing education. c) (20 points) Proposed team composition including subcontractors and consultants. This includes, but is not limited to: previous relationships and projects undertaken as a composite entity; team execution of projects similar to those proposed in this request, proposed project organizational structure and team assignments. d) (15 points) Past performance with overseas projects, including but not limited to: an understanding of foreign travel requirements, security issues and logistics, working with client staff, and able to work independently and with minimal direction. e) (15 points) Capacity to accomplish the work in timely manner, this includes but is not limited to: sufficiency of staff and technical resources available for this contract; ability to respond and address requirements for meeting with OBO/CSFM/FAC staff; ability to meet current and future workload; the ability to accomplish the work with minimum oversight by DoS, ability to augment OBO/CFMS/FAC staff for short durations and as may be required to assess technical requirements. 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. Firms responding to this advertisement are advised to specifically address each evaluation factor under a separate heading. The qualifications statements should clearly indicate the office location where the work will be performed, an organizational chart for the proposed contract, and the qualifications of the individuals anticipated to work on the contract and their geographical location. 4. Mandatory Pre-Qualification Requirements: The requirements of this section are separate and distinct from the Technical Requirements stated above. Format information for this section so that it is complete without cross-referencing information submitted for other elements of the solicitation. a. Omnibus Diplomatic Security and Antiterrorism Act of 1986. Firms being considered for award under this acquisition are limited to "United States Person" bidders as defined in the Act. The Offeror must complete and submit as part of its pre-qualification package 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 is attached to this FEDBIZOPPS announcement and may be obtained from the DOS Contract Specialist listed at the end of this notice.) If a Joint Venture (JV) 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. Submissions from Offerors who do not receive a pass rating in this area will not be further evaluated. IMPORTANT NOTE: Organizations that wish to use the experience or financial resources of any other legally dependent organization or individual, including parent companies, subsidiaries, or other related firms, must do so by way of a joint venture. A prospective offeror may be an individual organization or firm, a formal joint venture (where the arrangement among the co-venturers has been reduced to writing), or "de facto" joint venture (where no formal agreement has been reached, but the offering entity relies upon the experience of a related U.S. person firm that guarantees performance). To be considered a "qualified United States joint venture person," every joint venture must have at least one firm or organization that itself meets all the requirements of a U.S. person listed in Section 402. The U.S. person co-venturer will be required to sign a guarantee making the U.S person individually responsible for performance of any contract awarded, notwithstanding the terms of any joint venture agreement. b. Security Clearance Requirement. IN ORDER TO BE CONSIDERED FOR AWARD OF THIS CONTRACT, interested offerors must possess a Defense Security Service (DSS) Final Secret, Interim Top Secret or Final Top Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess an FCL, as well as the joint venture. There will be no requirement for safeguarding or classified information systems. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. The performance requirement for this contract is Top Secret, and DoS will award the contract at the Top Secret level if a TS cleared firm is selected. However, due to performance time constraints, if a Secret cleared firm is selected, the Government will award the contract at the Secret level, and will sponsor the selected offeror for an upgrade to the Top Secret level. Contractor personnel involved in secure procurement and/or requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances issued by DSS prior to performance on the contract. Other Important Considerations: An organization that is not considered an 8(a) small business with the SBA under the applicable NAICS code should NOT submit a response to this notice. 5. Clarification and Submission Format, Date, and Address: Submissions shall be provided in original hardcopy, two copies, and one electronic copy on compact disk (CD). DOS may review either the electronic or the printed submittal; therefore both formats shall be complete and identical to each other. The format of the proposal is left to the discretion of the offeror, however the technical response should be organized and separated by technical qualification factor provided above and no longer than ten (10) pages; excluding resumes, an introductory letter that introduces the organization and identifies the solicitation, 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, and the copy of a Joint Venture Agreement, when applicable. These specified items are not included in the maximum page count. Provide point of contact information including name, phone number, mailing, and email addresses within introductory pages for the individual responsible for corresponding with DOS regarding this solicitation. Please also include the company DUNS number in introductory pages. CLARIFICATIONS: Requests for clarification must be submitted in writing to Ms. Jillian Savage, no later than 3:00 p.m., Eastern Standard Time, on Thursday, August 23, 2012. The FAX number to submit clarification questions is (703) 875-6699; the e-mail address is SavageJM@State.gov. CLOSING DEADLINE: ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 pm EST Thursday, September 6, 2012. TRANSMISSION OF PROPOSALS: Offerors shall hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC) to the following address: U.S. Department of State Attn: Jillian Savage A/LM/AQM/FDCD/AE Room L-600, SA-6 1701 North Fort Myer Drive Arlington, VA 22209 (DO NOT USE THE U.S. POSTAL SERVICE PO Box Address). Include the project solicitation number (s) on the face of the package Point of Contact Jillian Savage A/LM/AQM/FDCD/AE Email: savagejm@state.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0354/listing.html)
- Record
- SN02828925-W 20120808/120807000224-a7572a57c8f7b1b219085b11e1fc58bd (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 |