Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
SOURCES SOUGHT

Z -- Forced-Entry/Ballistic-Resistant/Anti-Ram Gates & Barriers Program IDIQs (FE/BR II) - Attachment 4: FE/BR II Question & Answer Form - Attachment 2: DS Approved Barrier List - Attachment 3: Certifications Relevant to Public Law 99-399L - Attachment 1: 1 Draft FY19 SOW - FE/BR II Sources Sought/RFI PDF

Notice Date
4/24/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of State, Bureau of Diplomatic Security, DS Contracting and Procurement Division, 1800 N. Kent Street, Room 11101, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
19AQMM-18-N-0052
 
Archive Date
6/8/2018
 
Point of Contact
Devin D. Banks, Phone: (571) 345-0285, Maricar F Sweet, Phone: (703) 875-6968
 
E-Mail Address
BanksDD@state.gov, sweetcf@state.gov
(BanksDD@state.gov, sweetcf@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FE/BR II Sources Sought/RFI PDF Statement of Work (DRAFT) Certifications Relevant to Public Law 99-399L Diplomatic Security Approved Barrier List FE/BR II Question & Answer Form U.S. Department of State - Forced-Entry/Ballistic-Resistant/Anti-Ram Gates & Barriers Program Indefinite-Delivery/Indefinite-Quantity (IDIQ) Contracts (FE/BR II) I. Notice Type: Sources Sought/Request for Information (RFI) No. 19AQMM-18-N-0052 II. Disclaimer: This is a Sources Sought/RFI for Planning Purposes Only and is not a notice of solicitation issuance. Responses to this Sources Sought/RFI are strictly voluntary and will not affect any respondent's ability to submit an offer if, and when, a Request for Proposal (RFP) is released. There is NO bid package or solicitation document associated with this announcement. The requested information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the government for direct or indirect costs, or charges will arise as a result of the submission of contractor information. The government shall not be liable for, or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with, and pursuant to, the applicable federal laws and regulations. III. Synopsis: The U.S. Department of State's (DoS), Bureau Office of Overseas Buildings Operations (OBO), is seeking information pertaining to potential sources interested in, and capable of, providing services under North American Industry Classification System (NAICS) code 236220 for its newly combined Forced Entry/Ballistic Resistant (FE/BR) and Anti-Ram Gates & Barriers (ARGB) Program. The primary focus of the work will involve the installation, repair, maintenance and replacement of FE/BR and ARGB products - e.g., doors, windows, opaque panels, glazing panels vault doors, crash fence systems, shallow mount bollards, wedge barriers, vertical lift barriers, multi-purpose entry drop-arms and anti-ram crash gates - that may include, but is not limited to, electrical, hydraulic, mechanical, and structural, blast, fire life-safety, physical and technical security upgrades and other directly related work. Potential construction services will include the provision of professional engineering services, plus construction labor and materials to execute Design/Build (D/B) projects. Construction services will further include on-site supervision to ensure project coordination and control throughout the life of the project. Contractor proposal prices for potential future RFPs (if this Sources Sought/RFI results in future contract awards), shall thereby include all labor, materials, equipment and services necessary to accomplish the design and construction required by the contract documents - to include applicable customs duties, transportation to the site, storage, premiums for insurance and required bonds; and/or the contract documents, permits, license and inspection fees, taxes, and all other items called for by the contract or otherwise necessary for performance of the contract. IV. Place of Performance: Outside the Continental United States (OCONUS) at U.S. Embassy and Consulate posts worldwide (if this Sources Sought/RFI results in future contract awards). PLEASE TAKE NOTICE: Projects managed under this program require selected offerors to perform both Architect/Engineering (A/E) and construction services that comply with all federal statutes, and in many cases international local laws that will flow-down to the terms and conditions of both the base IDIQ contract and individual Task Orders (TO). V. Contract Type: The DoS anticipates awarding multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contracts from the issuance of RFPs in early Fiscal Year (FY) 2019. These IDIQs will serve to replace the current DoS FE/BR Program's IDIQs (all due to expire at various points throughout the summer of 2019), and will be referred to as the "FE/BR II Program" herein. In the event this Sources Sought/RFI results in future contract awards, DoS will utilize the Two-Phase Design-Build Selection Process (as governed by the Federal Acquisition Regulation's (FAR) Subpart 36.3) to select qualified and credentialed contractors for the FE/BR II Program. The duration of each potential IDIQ contract will include one (l) base year, plus four (4) option years. Subsequent to IDIQ contract awards, at the conclusion of Phase II of the Two-Phase Design-Build Selection process, all work will be specified in the form of Task Orders (TO). Each potential TO will be: 1. Firm-Fixed-Price (FFP) in nature; 2. Competed upon issuance of Task Order Proposal Requests (TOPR) among qualified contractors pursuant to FAR Subpart 16.505(b)(1) - Orders under multiple-award contracts; Fair Opportunity; and 3. Awarded in accordance with FAR Subpart 15.101-2 - Lowest Price Technically Acceptable (LPTA) Source Selection Process. In the event this Sources Sought/RFI results in future contract awards, the total range of work on which each potential offeror may be invited to bid on each contract base and option year, is anticipated to be between $25 million and $30 million. If this Sources Sought/RFI results in the issuance of RFPs, only the top ten (10) most qualified, experienced and credentialed offerors possessing 8(a), HUBZone, and/or Woman-Owned Small Business (WOSB) socio-economic status with the Small Business Administration (SBA), will be eligible and selected as Phase I pre-qualified vendors. Additionally, interested business entities should either be integrated D/B organizations with A/E and construction capabilities, or the ability to subcontract with A/E firms and/or specialized niche industry firms (e.g., for ARGB work) in accordance with the Small Business Administration's (SBA) 8(a), HUBZone, and/or Woman-Owned Small Business (WOSB) status subcontracting rules. Firms that have combined specialties to form Joint Ventures (JV) - as authorized by the SBA - will also be welcomed to participate in the Phase I pre-qualification process. VI. Acquisition Schedule The approximate acquisition schedule is as follows: This Sources Sought/RFI notice will be posted on FedBizOpps (http://www.fbo.gov) for a minimum of thirty (30) days. Respondents must electronically submit (via e-mail) the company profile and statement of capability information requested, in the proper format per the instructions in succeeding paragraphs, to the points of contact listed below no later the Thursday, 3:00 PM, May 24, 2018. PLEASE TAKE NOTICE: Paper copies of this notice will not be mailed to vendors. If this Sources Sought/RFI results in the issuance of Phase I RFPs for the FE/BR II program, said RFPs will be posted on FedBizOpps in the Fall of 2018 - upon which potential offerors will have approximately thirty (30) days to submit proposals. Please note that all RFP dates will be subject to change, and any change will be posted via FedBizOpps. It therefore will be the responsibility of potential offerors to monitor this Government Point of Entry (GPE) for any information pertaining to this Sources Sought/RFI notice or future solicitations. VII. Special Requirements: (1)Potential offerors must possess 8(a) Business Development Program (BD), HUBZone, and/or WOSB entity status with the SBA; or be a qualified and authorized JV with a business entity that falls into any of aforementioned small business socio-economic categories - per the SBA authorization and approval. (2)The anticipated North American Industry Classification System (NAICS) Code assigned to this procurement is 236220 (Commercial and Institutional Building Construction). Interested parties must demonstrate in their capability statements how they are qualified to perform (or subcontract, or JV in accordance with the SBA rules that govern 8(a), HUBZone, and/or WOSB firms) the work outlined in Attachment 1, "DRAFT" Statement of Work (SOW); and purchase and install, provide post work completion OEM certified inspection reports, and comply with the product specification requirements enumerated in Attachment 2, Diplomatic Security's Approved Barrier List. (3)Potential offerors shall have an active registration in the System for Award Management (SAM) database at https://www.SAM.gov. Potential offerors must further ensure each firm's submitted Point of Contact's (POC) full name (including first, middle, and last name) is identical in SAM.gov and FBO.gov (in accordance with 22 U.S.C. § 4864). (4)Past Performance: In the event this Sources Sought/RFI results in the issuance of Phase I RFPs, potential offerors submitting information for Phase I pre-qualification consideration will address the following criteria in the proposal to provide design and construction services: a.To demonstrate performance of similar construction work for Omnibus Diplomatic Security and Antiterrorism Act of 1986 purposes, potential offerors will need to provide information demonstrating that they have successfully completed, in the United States or at a U.S. diplomatic or consular mission, a construction contract or subcontract involving work of the same general type and complexity as the solicited project and having a contract or subcontract value of at least $250,000.00. The value of the construction contract or subcontract offered to demonstrate performance will not be adjusted for inflation, currency fluctuation, or any other market forces. (5) Security Concerns: In the event this Sources Sought/RFI results in the issuance of Phase I RFPs, potential offerors submitting information for Phase I pre-qualification consideration will address the following criteria in the proposal to provide design and construction services: b. Omnibus Diplomatic Security and Antiterrorism Act of 1986. Firms being considered for award under any future acquisition will be limited to "United States Person" bidders as defined for purposes of Section 401(a)(1) of the Act. Potential offerors will be required to 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 - Attachment 3 - to this FEDBIZOPPS announcement and may be obtained from the DoS Contracting Officers listed at the end of this notice.) If a 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 potential offerors that do not receive a pass rating in this area will not be further evaluated. Sufficient information should be provided in the Certifications and attachments thereto to determine eligibility under Public Law 99-399, but the Department reserves the right to consider information available from other sources, or to obtain clarifications or additional information from the potential offeror. c. IMPORTANT NOTE: Firms 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 JV. A prospective offeror may be an individual organization or firm, a formal JV (where the arrangement among the co-venturers has been reduced to writing), or "de facto" JV (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 JV person," every JV 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 JV agreement. d. Security Clearance Requirements. In order to be eligible to perform under any contract resulting from this Sources Sought/RFI notice, the pre-qualified firm(s), including all entities which comprise a JV and the JV itself, must possess or be able to obtain a Defense Security Service (DSS) Secret facility security clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Offerors already possessing the necessary FCL must submit their appropriate Commercial and Government Entity (CAGE) Code, facility clearance and safeguarding level with the required pre-qualification documentation. e. If an otherwise potential pre-qualified offeror does not possess the necessary FCL, The DoS will sponsor the firm for an FCL at the time the offeror is determined to be pre-qualified. The DoS will allow 120 calendar days from the notice of pre-qualification for firms to obtain the necessary FCL. Firms will not receive the classified portions of the Phase II RFP until they have been issued the appropriate FCL and received Defense Security Service (DSS) approval to safeguard classified documents. DoS sponsorship does not guarantee that the potential offeror will receive the FCL, or that it will be received within the 120-day period. The government will not be obligated to extend its solicitation schedule, or to make an award to a sponsored, pre-qualified firm, if that firm has not been issued a FCL. i. PLEASE TAKE NOTICE: The successful offeror selected for contract award will have to possess or obtain an Information System (IS) approved by DSS for processing classified information up to the Secret level. Performance on future contracts resulting from this Sources Sought/RFI will require access to the Department's ProjNet-C system for receipt and transmission of all classified information, and a DSS approved classified IS for processing classified information ii. PLEASE TAKE FURTHER NOTICE: ProjNet is a web service, mandated by the DoS, which allows the secure exchange of design and construction information among authorized business partners. DoS will grant pre-qualified contractors access to the system in Phase II of the Two-Phase Design-Build Selection Process. (6) All contracted personnel, regardless of nationality, will be required to pass a background investigation conducted by the contractor and a separate background investigation conducted by the DoS to certify their suitability for employment under this contract. a. EXEMPTION: Local National (LN) personnel, hired to operate in the countries in which they possess citizenship, that work projects consisting solely of ARGB installations, may be exempt from the requirements enumerated in paragraph 5 and 6 above. (7) Contractor personnel (to include A/E partners and subcontractors) requiring access to classified information domestically must possess Secret facility and personnel clearances. (8) At overseas locations, contractors requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances prior to deployment to the site. NOTE: Specific security clearance requirements will be delineated at the TO level. Some TOs will require the contractor to provide Top Secret cleared personnel eligible for COMSEC/crypto access. (9) TOs must be bonded at a 100% of the TO amount. Irrevocable Letters of Credit (ILOCs) will be acceptable for individual TOs in lieu of surety bonding. ILOCs will be required for and in the amount of each individual TO. IIX. Additional Information Requirements Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to this Sources Sought/RFI. NOTE: The attached SOW is a "DRAFT" (Attachment 1) and may change if an RFP is issued - however, the core requirements will not change. Questions, recommendations, and comments are highly encouraged/welcomed and should be annotated on the attached Question/Answer Spreadsheet (Attachment 4) and submitted to the DoS POCs (identified below) post haste. Taking into consideration the information provided will not be used in this Source Sought/RFI for a procurement action, submissions of interest and/or statements of capability for the aforementioned requirement should include the following information: (1) Responses are limited to 8 pages, font size 12, and shall be submitted to Devin D. Banks, via e-mail to BanksDD@state.gov, Kellie R. Herschler (BoersteKR@state.gov), and Carly F. Sweet (SweetCF@state.gov) no later the Thursday, 3:00 PM, May 24, 2018; and shall have the words "FE/BR II SOURCES SOUGHT/REQUEST FOR INFORMATION" in the "subject" line. NOTE: Sales brochures, videos and other marketing information materials will not be accepted. Telephone inquiries will not be accepted or acknowledged as well. (2) Organization name, address, email address, website address, telephone number, point of contact, qualified small business category and certification (Small, Medium, or Large according to the NAICS 236220), type of ownership (including country of ownership) for the organization, Data Universal Numbering System (DUNS) Number, Commercial & Government Entity (CAGE) Code, and SAM information. NOTE: If this Sources Sought/RFI results in the issuance of Phase I RFPs, the DoS's main objective will be to compete the requirement among 8(a), HUBZone, and/or WOSB entities (to include eligible JVs). A decision to set-aside all or part of this requirement (at the IDIQ and/or TO levels) by each eligible SBA socio-economic category for future contract awards will be predicated on review of the information submitted by the construction firm community in response to this Sources Sought/RFI. Also, in addition to searching the market for qualified vendors, the results of this Sources Sought/RFI will be used to determine if any other small business set-aside opportunities exist under NAICS Code 236220. (3) Small business respondents must specify which of the following SBA socio-economic category status(es) they possess: a. Small Disadvantaged Business b. HUBZone c. Woman-Owned Business Small Business d. 8(a) Business Development Program e. Veteran Owned Business Small Business f. Service-Disabled-Veteran-Owned Small Business (4) A brief capability statement and relevant past performance history documenting the firm's ability to perform similar requirements to those enumerated in the DRAFT SOW (Attachment 1) and Diplomatic Security Approved Barrier List (Attachment 2). In addition, respondents must identify the appropriate levels and types of expertise in a manner that demonstrates understanding of the said requirements. NOTE: If significant subcontracting or teaming is anticipated in order to deliver technical capability, respondents must address the administrative and management structure of such arrangements with each submission. (5) Vendors should appropriately mark any data that is "proprietary" or deemed "restricted data rights." (6) Any other specific and pertinent information that would enhance the government's consideration and evaluation of the information submitted as it may pertain to this particular area of procurement. IX. Evaluation Criteria The government will evaluate company profile and statement of capability information to ascertain potential market capacity and each respondent's ability to: (1) Provide construction services consistent in scope and scale with those described in the DRAFT SOW (Attachment 1) and Diplomatic Security Approved Barrier List (Attachment 2) and otherwise anticipated; (2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and (3)Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. X. Points of Contact Primary Point of Contact: Devin D. Banks Contract Specialist BanksDD@State.Gov Secondary Point of Contact: Kellie R. Herschler Contracting Specialist BoersteKR@state.gov Tertiary Point of Contact: Carly F. Sweet Contracting Specialist SweetCF@state.gov Attachments/Enclosures: Attachment 1: Draft SOW - FY19 Attachment 2: Diplomatic Security Approved Barrier List Attachment 3: Certifications Relevant to Public Law 99-399L Attachment 3: Question & Answer (Q/A) Form
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93f2ae1c76bb04369fe9f2d6b92328ea)
 
Place of Performance
Address: Outside the Continental United States (OCONUS) at U.S. Embassy and Consulate posts worldwide (if this Sources Sought/RFI results in future contract awards)., PLEASE TAKE NOTICE: Projects managed under this program require selected offerors to perform both Architect/Engineering (A/E) and construction services that comply with all federal statutes, and in many cases international local laws that will flow-down to the terms and conditions of both the base IDIQ contract and individual Task Orders (TO)., United States
 
Record
SN04899102-W 20180426/180424230453-93f2ae1c76bb04369fe9f2d6b92328ea (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.