Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2024 SAM #8152
SOLICITATION NOTICE

Y -- Lease Fit-Out (LFO) of the U.S. Consulate (CG) in Marseille, France

Notice Date
3/21/2024 8:49:46 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19AQMM24R0028
 
Response Due
4/5/2024 7:00:00 AM
 
Archive Date
04/05/2024
 
Point of Contact
Alla Weinstein, Lori Botkin
 
E-Mail Address
weinsteinal@state.gov, BotkinLL@state.gov
(weinsteinal@state.gov, BotkinLL@state.gov)
 
Description
Pre-Solicitation Synopsis 19AQMM24R0028 Department Of State 2024 Design-Build Construction Contract For Lease Fit-Out (LFO) of the U.S. Consulate (CG) in Marseille, France This is a Pre-Solicitation Notice � interested companies do NOT need to submit any documentation at this time. The solicitation for qualification packages will be posted on SAM.gov at a later date, please see below for further information. The U.S. Department of State (DOS), Office of the Procurement Executive (OPE) on behalf of the Bureau of Overseas Buildings Operations (OBO), has a requirement for Design-Build Construction Services for a Lease Fit-Out (LFO) of two floors and portions of the garage of an existing commercial building to support the Relocation of the U.S. Consulate General (CG) in Marseille, France, solicitation number 19AQMM24R0028. Project Description (Secret Facility and Personnel Security Clearance Required) The property is located in a commercial section of the City of Marseille.� It is bounded on four sides by other commercial/office/retail facilities. To the north, there are existing commercial office space multi-story buildings and a large open space/plaza between the facility and the next. To the south, there are existing commercial/office space multi-story buildings with an intervening alley. There is also a large open space/plaza at the southwest corner across the alley behind another building. To the east, there are existing commercial, office and residential multi-story buildings with an intervening light rail/trolley in the middle of the adjacent street.� To the west, there is a multi-story office and retail mall complex called Les Docks Village. The majority of this complex is four to five stories in height. Project Scope:� The Lease Fit-Out (LFO) project scope includes the design/build construction of the following: EXISTING CONDITIONS Full demolition of all existing interior finishes, fixtures, cabling, ducts and equipment � salvage all Fan Coil Units (FCUs), lights, and other materials for owner turnover. EXTERIOR AND STRUCTURAL IMPROVEMENTS Shatter-Resistant Window Film (SRWF) + Framing at all exterior wall areas. Replacing isolated glass transoms with OSA louvers. New roof-mounted mechanical equipment. New roof-mounted antennas. New Architectural Barriers Act (ABA) compliant ramp to North Terrace. New FE door to mechanical wells. Carbon Fiber slab and beam reinforcing at new hardline walls. INTERIOR IMPROVEMENTS Full new consulate program including public and staff areas as follows: Screening area and main lobby American Citizen Services consular waiting and service area Consular section General Work Area (GWA) suite Storage and workshops Break areas and office support IRM spaces Conference rooms Naval Criminal Investigative Service (NCIS) suite Executive suite Mail screening facility Enclosed parking All new walls, doors and finishes as per Space Requirements Program-Module (SRP-M) finish level and material categories. PHYSICAL SECURITY Forced Entry (FE) perimeter at all core-to-lease area conditions. New Safe Area and requisite construction. New gates/fences at public stairwells. MECHANICAL AND PLUMBING Interface with existing building system chilled water, hot water, and outside air. Fully reconfigure existing FCUs for new layout. New equipment to provide dedicated outside air, redundancy, or supplemental cooling where required. New dedicated mechanical system New exhaust ducting to required program areas. Replacement Building Automation Systems (BAS) to meet OBO Design Standards. New, limited, plumbing at break rooms, lactation room, and janitor closets connected to existing plumbing DWV stacks. New mechanical and plumbing for Mail Screening Facility (MSF) fit out location. New point-of-use water heaters at new sinks. ELECTRICAL New feeder to lease area from basement demarc. New branch circuitry and power distribution throughout. New lighting throughout. New dedicated electrical service/equipment for classified space fit-out. New electrical to Mail Screening Facility (MSF) fit out location. TELECOM AND AUDIO-VISUAL New dedicated telecom service from building demarc to new designated Telecom Service Entrance Facility (TSEF) on 7th floor. New telecom distribution throughout leased area. New Audio-Visual (AV) equipment and distribution throughout to designated spaces. TECHNICAL SECURITY SYSTEM (TSS) New cameras at parking garage, lobbies, leased area, and roof. New access controls and other required systems. FIRE ALARM Upgrade or replace fire alarm devices and control panel to meet National Fire Protection Association (NFPA) 72 for a non-sprinklered building and to interface with existing building system for notification. This will be a Design-Build contract.� The awarded contractor shall be provided with bridging documents that the contractor shall develop to 100% final design.� This project is available for full and open competition. ����������� Approximate construction cost:� $15-$25 million Award selection process/stages: The project solicitation will consist of two phases.� hase I � Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Phase I.� DOS will evaluate the pre-qualification submissions based on the evaluation criteria set forth in the Phase I Sam.gov announcement, to be posted at a later date as indicated below. The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions.� Phase II � Requests for Proposals from Pre-Qualified Offerors The Offerors determined to be pre-qualified in accordance with the Phase I Sam.gov notice will proceed to Phase II and be issued a formal Request for Proposal (RFP) for the project. These offerors will be invited to participate in a site visit and submit technical and pricing proposals in Phase II.� Phase II proposals will provide pricing for the design-build construction. The resulting contract will be �firm-fixed price.�� Construction services will include, but are not limited to, providing construction labor and materials to execute the design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project.� Required services include preparation of construction documents, quality control plans, safety plans, project schedules and project close-out activities. The pre-qualified Offerors participating in Phase II will be required to attend a pre-proposal conference at the project site, anticipated to be within 10 to 15 days after the issuance of the Phase II RFP depending on travel and access restrictions. The selected D/B Contractor�s Architect/Engineer will be the �Designer of Record� and responsible for completing the construction drawings and specifications in accordance with the solicitation documentation provided in Phase II.� The types of design services to be provided may include: architecture; civil, structural, geo-technical, seismic, blast, mechanical, electrical, telecommunication, and fire protection engineering; sustainable design, energy conservation, energy modeling, pollution prevention, and use of recovered materials; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; vertical transportation; lighting design; landscape design; design and construction scheduling; cost estimating; value engineering; and administrative coordination of the various disciplines involved.� Additionally, the successful offeror may be required to have an approved local design consultant. The RFP will include bridging level design documents. The RFP and resulting contract will require the D/B contractor to complete all design and engineering documents based on the project specific design direction that will be provided in the RFP design requirements.� The Government intends to implement formal Partnering on this project.�� ADDITIONAL INFORMATION: SAM registration is not required for purposes of prequalification (Phase I) but please note the pre-qualified entity shall be the same entity submitting a proposal in response to the Request for Proposal in Phase II.� Prequalification is distinct from eligibility for contract award and the Omnibus Certification is distinct from the Security Clearance Requirements.� Specific requirements for security clearance and eligibility for award will be set forth in the Solicitation. To the extent the Offeror�anticipates�proposing two or more entities that meaningfully rely on related entities to perform under the contract and to meet the stated requirements of the Solicitation, the Offeror should be structured as a formal JV or prime/subcontractor and the Offeror itself (formal JV or Prime)�and�should be registered in SAM prior to proposal submission.�� Also, the Offeror itself should possess a security clearance�or be able to obtain one in accordance with the terms of the Solicitation�(NOTE:��Security clearance requirements are not the same as prequalifying as a �US Person� under the Diplomatic Security Act).��� Firms submitting information for Phase I qualification will be required to address the following criteria in the proposal to provide design and construction services. Facility Clearance Requirement: In order to be eligible for award, the successful offeror(s) must possess, or be eligible to obtain, a Defense Counterintelligence and Security Agency (DCSA) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M.� Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information.� Performance on the contract will require access to the Department�s ProjNet-C, for receipt and transmission of all classified information, and a DCSA-approved classified IS for processing classified information.� If an uncleared offeror from the Phase 2 short-list is recommended for selection, the Department of State will sponsor the uncleared firm for an FCL.� Firms which form joint ventures must also comply with the above FCL requirements.� Sponsorship does not guarantee that the firm will receive the clearance. 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 DCSA) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level.� Estimated schedule: The solicitation, Phase 1 � Pre-qualification, is planned for release on SAM.gov in late April or May 2024.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/845e6a4bcd61430f9909229709fb3060/view)
 
Place of Performance
Address: DNK
Country: DNK
 
Record
SN07004797-F 20240323/240321230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.