Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOLICITATION NOTICE

Y -- Worldwide Elevator Services

Notice Date
5/27/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA15R0335
 
Point of Contact
Chrissie Fields, Phone: 7035161960, Donna K. Neal,
 
E-Mail Address
fieldssc@state.gov, nealdk@state.gov
(fieldssc@state.gov, nealdk@state.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of State (DOS), Office of Overseas Buildings Operations (OBO) is seeking to prequalify firms for Worldwide Elevator Services at various Department of State Foreign Service Posts and other facilities worldwide. The Department of State anticipates awarding six IDIQ contracts. Depending on the availability of qualified offerors; two of the awards will be set aside for small business and four for full and open competition. 1. Solicitation Description) The IDIQ contracts will be issued for one base year plus four option years. Each contract will have a ceiling of $100 million for the base and all option years combined and a guaranteed minimum of $10,000 over the life of the contract. The maximum cumulative amount of the task orders issued under each IDIQ contract in a single year will be $10 million. Task orders will be firm fixed-price. A specific period of performance will be established for each task order. Award of each individual task order will be competed between the firms chosen for award during Phase II of this solicitation. Task order solicitation set asides may be determined appropriate in accordance with the Federal Acquisition Regulation. The scope of work (SOW) for task orders will consist of elevator services for maintenance and repair, modernization, new construction, and safety inspection and testing of elevator systems located in U.S Department of State foreign missions worldwide to include preparing written reports, drawings and sketches, specifications, estimates, construction packages, and other documentation. Projects shall be reported and designed in both SI (i.e., metric) and Imperial units. Construction documents shall be submitted with AutoCAD 2005 in.dwg format for each submission and shall be classified in accordance with the Security Classification Guide for the Design and Construction of Overseas Facilities, dated May 21, 2003. For performance of this contract, it is expected that the following personnel will be required: principal; project manager; vertical transportation engineer; CADD technician and or draftspersons; Elevator Adjustor; Elevator Mechanic; Elevator Apprentice; Qualified Elevator Inspector (QEI); logistics coordinator, and clerical assistant. Other cleared sub-contractors may be required on an as-needed basis. 2. Project Solicitation 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 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 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. Phase I Proposal Submission Requirements PRE-QUALIFICATION PROPOSAL SUBMISSION REQUIREMENTS: Offerors must submit 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 information obtained concerning past performance will be considered during the evaluation of offerors. Each of the factors below will be evaluated on a pass/fail basis. Submissions must be provided in original and one copy, plus one electronic copy on compact disk, and formatted according to evaluation factors. Electronic copy shall be one pdf file, indexed identical to the printed version. DOS may review either the electronic or the printed submittal; therefore both formats shall be complete and identical to each other. Proposal Format: Maximum page limit for submissions is 145 single sided pages/72.5 double sided pages, size 8.5" by 11". 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" by 17". Fold-outs count as 2 pages on each printed side. 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 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, and the copy of a Joint Venture Agreement, when applicable, are not included in the maximum page count. Indicate solicitation SAQMMA-15-R-0335 on the face of the proposal. 3. Technical Requirements FACTOR 1: Technical Project Experience and Past Performance. Subfactor 1A: Technical Project Experience This section is intended to evaluate the technical project experience of the Offeror and is not intended to evaluate subcontractor technical project experience. Do not submit technical project experience for any proposed subcontractors. 1A.1 Page limit for each project example: Three (written material); two (photographs). 1A.2 Project Examples. Submit five examples of projects, either on-going or completed within the past five years, demonstrating the Offeror's technical capabilities to perform the type of project described. Projects shall best represent scope, complexity, and dollar value (USD), in that order of importance, to the potential task order projects. If the offeror submits more than the required number of project examples, DOS will evaluate only the stated number of projects, in the order presented in the Offeror's submittal. 1A.3 Compliance with the Omnibus Diplomatic Security and Antiterrorism Act of 1986 (Omnibus): Section 4, Mandatory Pre-Qualification Requirements, indicates whether this project is required to comply with Omnibus. Project examples submitted to demonstrate technical project experience are permitted to be different than those necessary to demonstrate compliance with Omnibus, if the Offeror desires. 1A.4 Limits on Subcontracting. The task order projects are subject to subcontracting limits of no more than 50% of the total value of the contract, as identified in 22 U.S. Code Section 4852. From a technical perspective, the project examples must demonstrate the Offeror's ability to self-perform at least 30-50% of the value of each project example in order to demonstrate the technical capability to self-perform the required amount of work. Project examples in which the Offeror only acted as a General Contractor or did not self-perform at least 30% of the work will not be considered relevant. 1A.5 The following additional requirements apply to the project examples: 1A.5.1 At least two projects shall be substantially complete. 1A.5.2 At least three projects shall be maintenance. 1A.5.3 Include the following information for each project example: 1A.5.3.1 Project Name. 1A.5.3.2 Description of project scope. 1A.5.3.3 Name of contractor responsible for the project. Identify whether the Offeror was a subcontractor or a JV partner on the project example. 1A.5.3.4 Description of the type of work performed by the Offeror, including identification of specific trades self-performed. 1A.5.3.5 Actual start and completion dates (month/year), and originally scheduled completion date (month/year). Explain any differences between the actual and originally scheduled completion dates. 1A.5.3.6 The percentage of the maintenance work self-performed by the Offeror and the percentage of the work for which the Offeror was responsible. Percentage shall be provided as a portion of the total construction value of the project. DOS will evaluate the Offeror's technical project experience in executing relevant projects. For Offerors who do not have individual project examples representative of the scope and complexity of the task order projects, DOS will evaluate the technical project experience demonstrated by the combined project examples. Subfactor 1B Past Performance 1B.1 Page limit for each explanation in 1B.2 and 1B.3: One. 1B.2 Quality: For the past five years on any project (with a maximum of 5 projects) the Offeror was involved with, identify whether the Offeror has had any of the following problems, and if so, explain the reasons for and the remedy/resolution of the problem: 1B.2.1 Been terminated for default; 1B.2.2 Been issued a cure notice; 1B.2.3 Been issued a show cause notice; 1B.2.4 Been assessed liquidated damages; 1B.2.5 Had its performance and payment bond surety notified that the contractor was not fulfilling its contract obligations; 1B.2.6 Had its performance during design or construction evaluated as unsatisfactory or unacceptable; 1B.3 For each project example submitted in 1A, identify performance problems other than those specified in 1B.2 above, including schedule deviations, and describe how the problems were remedied. 1B.4 References: Provide the form attached to the solicitation, Past Performance Questionnaire, to three previous clients for whom the Offeror has completed projects within the past three years. Instruct the clients to place the completed questionnaire in an envelope, sealed, with the signature of the person who filled out the questionnaire over the seal, and return it to the Offeror. Provide the three sealed envelopes in the submittal. DOS will evaluate the quality of the Offeror's past performance based on information submitted. Additionally, DOS may gather information from other sources to assist in evaluating the quality of the Offeror's past performance. NOTICE: 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. FACTOR 2: The Offeror's Organization and Management 2.1 Page limit: Sections 2.2 - 2.3 - ten (10) pages. Section 2.4 - 55 pages. 2.2 Describe the management process that the Offeror would typically use to manage a maintenance project described. 2.3 Identify, by position only, how the Offeror would typically staff a maintenance project of the size described. Show staffing for Home (headquarters and support) & Field Offices. Provide a brief list that explains the roles of each of the typical positions. 2.4 Design Team: 2.4.1 Identify how the Offeror will integrate the design team into the organization. Explain the role the design team will be allotted in the decision-making process. 2.4.2 Identify the design disciplines, sources, and subcontractors the Offeror intends to have available for the task orders. (NOTE: The Offeror does not need to identify specific personnel for the design team.) Use the SF330, Part I, Sections A, B, C, D & F, and Part II to provide documentation demonstrating the Offeror's internal capability, existing relationships with proposed design subcontractors, and/or the capability to obtain and provide U.S. licensed professionals (architects, designers, engineers, project managers, etc.) having specialized experience and technical competence in the design of projects of similar scope, complexity, and dollar value (USD) involving multiple disciplines and subcontractors. The SF330 shall support and not contradict any text provided in the submittal. DOS will evaluate the Offeror's management processes and typical organization, considering decision-making; communication within the team; communication between the Home (headquarters and support) and Field Offices; authority assigned to the Field Office; and tracking of schedules, procurement, and cost. DOS will evaluate the design resources, considering whether the proposed design team has sufficient experience on projects similar in scope, complexity, and dollar value; and whether the Offeror will be able to staff the design team with appropriate U.S. licensed professionals in the required disciplines. Offerors that meet the requirements described in this announcement are invited to submit a qualification package for evaluation and consideration for Phase I qualification as described above. 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. 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. The statement of work, standards, and criteria issued with each task order will include: project scope, design requirements, design process, design documentation, design expertise, construction process, and post construction activities, reference drawings and specifications, codes and standards, and security requirements. 4. Mandatory Pre-Qualification Requirements The requirements of this section are separate and distinct from that of Section 3, 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 eligible to perform under this contract, the successful offeror must possess, or be able to obtain, a Department of Defense (DoD) 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 possess or obtain an FCL, as well as the joint venture. Personnel requiring access to classified information or Controlled Access Areas (CAAs) at DoS locations must possess a Interim Secret or Secret personnel security clearances issued by the Defense Industrial Security Clearance Office (DISCO). Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their proposal. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Secret FCLs. At least one contract award will be reserved for a firm already possessing a Secret FCL. If a SELECTED offeror does not possess an interim or Final Secret FCL, the Department of State will sponsor the uncleared firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of ninety days from the date of selection for award will be allowed for the uncleared firm to obtain the necessary FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts. No contract can be awarded until at least an Interim Secret FCL has been granted. Foreign firms are not eligible for FCLs. Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances. U.S. firms which are determined to be under Foreign Ownership, Control or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DSS) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level. This process often takes more than the 90 calendar days allotted for clearance. Information on the clearance process can be found on the DSS website, at http://www.dss.mil, under Industrial Security. Closing Deadline for Submissions ALL SUBMITTALS MUST BE RECEIVED BY 2:00 P.M. EST July 1, 2015. 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: Chrissie Fields 1735 N. Lynn Street, 4th Floor Arlington, VA 22209 NOTE: Please call or email Chrissie Fields (703) 516-1960 fieldssc@state.gov or Donna Neal (703) 875-6277 NealDK@state.gov to schedule delivery of your package. The 4th floor where we are located is secure and you will not be able to access it to delivery your package. Someone will have to meet you in the Lobby of the building. Include the solicitation number, on the face of the package. REQUESTS FOR CLARIFICATIONS must be submitted in writing to Chrissie Fields by email FieldsSC@state.gov no later than June 24, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0335/listing.html)
 
Place of Performance
Address: WORLDWIDE, United States
 
Record
SN03744131-W 20150529/150528000111-3edc0d6d4594c2365a9b5eb81aea11c3 (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 |
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.