Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1995 PSA#1348

United States Department of State, Moscow Embassy Buildings Control Office, P.O. Box 13350, Rosslyn Station, 1701 N. Fort Myer Drive, Arlington, Virginia 22219

Y -- DESIGN BUILD SECURE CHANCERY FACILITIES, MOSCOW, RUSSIA Sol. S-MEBCO-95-R-0300. Due 062295. Contact: F. Bunke or E. O'Neil 703/875-5797. The United States Department of State, Moscow Embassy Buildings Control Office (MEBCO), 1701 N. Fort Myer Drive, Suite 1037, P.O. Box 13350, Rosslyn Station, Arlington, Virginia 22219, anticipates award of a lump sum fixed price design-build contract for the New Secure Chancery Facilities (SCF) in Moscow, Russia. TOP SECRET facility and personnel clearances together with SECRET safeguarding capability are required to participate in the acquisition procedure. The urgency and security sensitive nature of this project preclude delay. Sources which do not hold required security clearances by July 31, 1995 will be ineligible for further consideration. This will permit firms to take action to reactivate previously held TOP SECRET facility clearance and personnel clearance levels pursuant to National Industrial Security Program Operating Manual (DOD 5220-22-M) dated January 1995, provided it has been less than two (2) years since the clearances were held and the firm and personnel remain qualified. The Government assumes no responsibility for the cost of responding to this notice nor can it guarantee that a contract will be awarded. The New Embassy Complex (NEC) in Moscow encompasses eight buildings totaling 770,000 Square Feet, seven of which are occupied. The NEC provides housing for 134 families, a school, Marine Security Guard quarters, offices, service and recreational facilites for the embassy. Construction was terminated on the partially completed New Office Building (NOB) in 1985. NOB is centered among the other buildings. NEC will remain in full operation during the entire SCF project. SCF is presently being designed by a TOP SECRET cleared architectural and engineering firm which will design to Project Definition detail. The successful General Contractor will: prepare Construction Documentation pursuant to the classified Project Definition; demolish a five story 40,000 Square Foot precast concrete and brick building on an adjacent lot; furnish, erect and operate a construction camp on the adjacent lot to house, feed and provide recreation for up to 200 contractor personnel; mobilize TOP SECRET cleared personnel and provide their transport to and from Moscow; demolish the upper two floors of the eight story steel reinforced precast concrete and brick NOB; erect a new structural steel four story frame on top of the remaining NOB (creating a ten story building), interfacing with the precast reinforced concrete frame of NOB and with other building systems; complete the entire building including the lower six floors; establish and operate a secure consolidation and packing warehouse in the U.S.; provide secure logistics including acquisition of American materials, packing and shipment to Moscow; outfit and operate a Government furnished secure warehouse in Moscow; and assurance of impeccable project security including operation of a subcontracted American guard force. The contract value is estimated to exceed $150 million with total SCF size approximately 200,000 Square Feet. Contract award target is Spring, 1996 and contract completion target in Summer, 1999. Method of selection of the General Contractor is as follows: (1) Interested sources shall respond to this CBD Synopsis with certification of and partial evidence of eligibility under Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986, P.L.99-399 (hereafter referred to as the Omnibus Act) (criteria follow) and expiration date and CAGE number of applicable security clearances for proposed prime contractors and co-venturer(s); (2) Sources that are eligible under the Omnibus Act based on this CBD brief description of the project and have at least a SECRET facility clearance will be issued a Request for Information (RFI) which will contain greater detail of the project with a request for more specific information concerning such major categories as management, design, construction, security and logistics resources and experience relevant to the SCF project. The RFI will be limited to technical issues, no price. The RFI will provide some detail as to terms and conditions of the contract including award fee and partnering provisions. To be evaluated under the RFI, respondents must be eligible for contract awards under the Omnibus Act and have required TOP SECRET clearances by July 31, 1995. Respondents will be evaluated pursuant to stated criteria to determine the three best qualified sources; (3) The three sources determined to be best qualified will be sent a classified RFP containing the Project Definition which will have been completed by that date and the terms and conditions of the contract. The three firms will tailor their proposed resources and technical plans to the Project Definition, terms and conditions and propose a lump sum fixed price. Offers will be evaluated and contract award will be consummated to the best source, qualifications and price considered pursuant to stated evaluation criteria. The acquisition procedure is intended to maximize competition while minimizing to the extent possible the base of exposure of national secrets and the time incident to contract award. The contract is being negotiated, however, under the two justifications for other than full and open competition: National Security, 41 U.S.C. 253(c)(6) and Unusual and Compelling Urgency, U.S.C. 253(c)(2). Mandatory Omnibus Act criteria are briefly listed below for ready reference and for use in your determination of eligibility under the Omnibus Act. If you believe that you meet the criteria you will need to submit a form entitled ``Prequalification Certification of Eligibility'' which may be requested from E.P. O'Neil, telephone 703-875-5729 or FAX 703-875-7068. Please provide your FAX number. Only United States persons and qualified United States Joint venture persons are eligible under the Omnibus Act. The term United States person means a person which: (A) is incorporated or legally organized under the laws of the United States, including State, the District of Columbia, and local laws; (B) has its principal place of business in the United States; (C) has been incorporated or legally organized in the United States for more than five years before this CBD announcement; (D) has performed within the United States administrative and technical, professional, or construction services similar in complexity, type of construction, and value to the project being bid; (E) has achieved total business volume equal to or greater than the value of the project being bid in three years of the five year period before the date specified in subparagraph (C); (F)(i) employs United States citizens in at least 80 percent of its principal management positions in the United States, (ii) employs United States citizens in more than half of its permanent full-time positions in the United States, and (iii) will employ United States in 100% of the supervisory positions on the project site (TOP SECRET clearances are required for all American personnel on site including workers); and (G) has the existing technical and financial resources in the United States to perform the contract; and the term ``qualified United States joint venture person'' means a joint venture in which a United States person or persons owns at least 51 percent of the assets of the joint venture. The Omnibus Act limits subcontracting - A prime contractor may not subcontract more than 50 percent of the total value of its contract. No person doing business with Libya is eligible to participate. For purpose of criteria (D) above examples of relevant experience include: design on a Computer Aided Design and Drafting (CADD) assisted process with fully integrated design capability for architectural, electrical, mechanical, structural, security systems including RF shielding and civil disciplines; assurance of impeccable security and operation of a subcontracted American guard force; international construction of office buildings of similar size and value and in similar climatic conditions; demolition and construction in close proximity to occupied offices and housing; specialized experience in security systems including RF shielding, communications systems, blast and other physical and technical security systems; furnishing, erection and operation of construction camps; and secure logistics including acquisition, warehousing, packing and containerized intermodal international shipping. Firms that meet the requirements described in this announcement and desire to receive the RFI shall submit the Prequalification Certification of Elgibility with attachments as appropriate. Submittals must be received by 4:00 pm local time on June 22, 1995 in the MEBCO office identified above. Questions concerning this notice may be FAX'd to 703-875-7068, Attention Fred B. Bunke or mailed or hand delivered to the above address. (135)

Loren Data Corp. http://www.ld.com (SYN# 0098 19950516\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page