|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1998 PSA#2237Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 Y -- DESIGN/BUILD PROJECT-NEW EMBASSY OFFICE BUILDING IN KAMPALA,
UGANDA SOL S-FBOAD-99-R-0011 POC James K. Kimmel (703) 875-6276 or
facsimile 875-6292 WEB: STATE DE (AART, EMT ACQUISITION WEB SITE),
http://www.statebuy.inter.net/home/htm. E-MAIL: Design/Build Project in
Kampala, Uganda, NEILLWE@STATE.GOV. The U.S. Department of State (DOS),
Office of Foreign Building Operations (FBO) is seeking qualified
design-build firms for a new office building (NOB) in Kampala Uganda.
The embassy is configured to accommodate Department of State functions;
executive section; political, economic, consular, administration,
budget and finance, communications, medical, and security sections;
marine security guards; as well as tenant organizations, such as
Department of Defense. The Building will be located on a sloping site
of approximately 7.2 acres in the Nsambya area of Kampala. The building
size is 2623 gross square meters (28,066 gross square feet). Design and
construction cost is estimated in the range of $8 to 12 million. The
design-build contract period of performance is 30 months. The contract
type is firm fixed-price. This is a two step solicitation; this
solicitation is for Phase One. As a result of the evaluations of
submittals for Phase One, selected firms will be invited to submit cost
and technical proposals for the project as part of phase Two. The Phase
Two RFP will include a definitive Project Definition Document (PDD) for
the building program (developed concept), which the pre-selected
contractors will use as the basis for their proposals. The offeror's
technical proposal will include drawings and specifications and will
address the offerors capabilities, and how the requirements of the
statement of work will be satisfied. The technical proposal will be
evaluated to determine the offerors understanding of the work to be
performed, technical approach, and the ability to complete the work in
30 months. Cost for the proposal, to include a pre-proposal site
visit, will be defrayed with a $100,000.00 stipend. The scope of
architectural and engineering services under this proposed contract
will include: architecture and urban design; structural, civil,
mechanical, electrical, seismic and Geotechnical engineering; space
planning and systems furniture integration; interior design; security,
communications, and RF shielding systems design; blast and fire
protection engineering; landscape design; cost estimating; scheduling;
value engineering; administrative coordination of the various
disciplines involved; and services during construction. U.S. Government
codes and requirements, to include UFAS and sustainable design, as well
as the applicable laws, codes, and standards of Uganda will apply. The
building will be designed and constructed in hard metric (System
International) units. Each design submission shall include AutoCad R 13
or 14 files in Department of State format. The scope of construction
services under this proposed contract will include: total construction
skills and services to produce a functional and operational US Embassy
in Kampala, in accordance with the finalized (by the design-build
entity) construction documents as approved by FBO; on site organization
and lines of authority to ensure overall project coordination; daily
management oversight and coordination with US Government on-site staff,
Architect-Engineer representatives, subcontractors, equipment
suppliers, materials managers, job site meetings, and submittals from
initiation to turnover; quality control program; construction
scheduling to provide overall control throughout the life of the
project. It is anticipated that a limited notice to proceed will be
issued at the 60% design stage for site work, foundations, and building
shell structure. Subsequent construction notices to proceed will be
made for interior design, architectural, mechanical, plumbing, and
electrical work. The successful offeror, including all entities which
comprise a joint venture, must possess, or be able to obtain within 90
days, a Department of Defense (DOD) final Secret facility clearance
(FCL) with Secret safeguarding capability in accordance with the
National Industrial Security Program Operating Manual (NISPOM), DOD
5220.22-M prior to contract performance. Appropriately cleared
personnel will also be required for contract performance. Firms, which
form joint venturesfor the purpose of bidding on this contractual
effort and/or for contract performance, must also comply with the
facility and personnel security clearances stated above. The Department
of State will sponsor the selected firm for a clearance. Firms being
considered for award must meet the definition of a "United States
person" of P.L. 99-399, Section 402 thereof, as follows: (1) Be legally
organized in the United States for more than 5 years prior to the
issuance of a request for proposal; (2) Have its principal place of
business in the United States; (3) Have performed within the U.S.
administrative, technical, professional, or construction services
similar in complexity, type of construction, and value of the project
being solicited; (4) Employ U.S. citizens in at least 80 percent of
principal management positions in the U.S.; employ U.S. citizens in
more than 50% of its permanent, full-time positions in the U.S.; and
will employ U.S. citizens in at least 80% of the supervisory positions
on the NOB project site; (5) Have existing technical and financial
resources in the U.S. to perform the contract; (6) Have no business
dealings with Libya. Firms not meeting the "United States persons"
requirement will not be considered. No more than 50 percent of the
total value of the contract can be subcontracted for this project.
Firms responding to this announcement on or before the closing date
will be considered for pre-qualification using the following evaluation
criteria 100 points maximum: (1) Technical Approach a) Business
management plan for design/build projects that explains the offeror's
methodology for decision making, personnel management, team approach,
quality assurance, etc. in the execution of contract scope, schedule
establishment and control, and budget allocation and administration.
Offerors must also present their minority and small
business-subcontracting plan. 15 pts. b) Offerors must demonstrate that
they have the financial capability and resources to undertake their
proposal to accomplish the project within the funding range stated
previously and be able to obtain the required performance and payment
bonds, or bank letters of credit or guarantee; and must have a total
combined design/construction and renovation business volume of at least
equal to the level of their proposal per year in three of the last five
years using the project criteria above. Offerors must provide a list of
banks or other lending institutions which offeror intends to use in
order to finance this project, and provide credit references. 15 pts.
(1) Technical Qualifications a) Professional qualifications,
specialized experience, and technical competence in the design of
similar international projects involving multiple contractor and
sub-contractor disciplines. Offerors must demonstrate that the
principal designer and the principal construction contractor have
either individually or collectively accomplished the design and
construction of projects of a similar value. (Maximum of five each) 20
pts. b) Demonstrated design excellencein projects of a similar size
and complexity. 15 pts. c) Demonstrated success in the design and
construction of physical and technical security systems for buildings.
10 pts. d) Offerors must demonstrate capacity to accomplish work
within the required cost and time parameters. 15 pts. e) Demonstrated
success in prescribing the use of recovered material achieving waste
reduction and energy efficiency in facility design. 5 pts. f) Past
performance of offeror's team. 5 pts Failure to address each of the
foregoing criteria in writing will result in failure to qualify. In
addition, failure to meet the requirements of each one of these
criteria fully, or to provide the requisite information, will result in
failure to qualify. When responding to criteria (2) b through (2) d
above, offerors must list the owner's name, address, telephone number,
and contact person for each project. As a means of verification of
their ability to meet each of the aforementioned criteria, design/build
firms that meet the requirements described in this announcement are
invited to submit two copies of the following: (a) A Standard Form 254
Architect/Engineer and Related Services Questionnaire. (b) A Standard
Form 255 Architect/Engineer and Related Services Questionnaire for
Specific Project. (c) Business management plan for design/build
projects. (d) Statement of qualifications (U.S. Person) for purposes of
Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of
1986 P.L. 99-399 (questionnaire forms are available by FAX see below).
(e) Design and construction portfolios which illustrate the
design/build team's capabilities. This is a solicitation only for Phase
1 (pre-qualification) only. Based on scoring and evaluations of
proposals received under the Phase One solicitation, the government
will select, the three most qualified firms to participate in Phase Two
(award). The pre-qualified firms will be asked to submit cost and
technical proposals. Technical evaluation factors for these submissions
will include design concepts to be employed, management approach, and
technical solutions proposed for the design/build approach, key
personnel to be utilized, and project cost. All evaluation factors,
other than cost or price, when taken together are significantly greater
than cost or price. Contractors will also be required to identify the
extent of small and disadvantaged business concerns in the performance
of the work. The Government will select the most advantageous approach
for the projects. All submittals must be received by 4:00 p.m. local
time on February 16, 1999. U.S. Postal mailing address: Department of
State, Attn: Jim Kimmel, A/LM/AQM/RAD, Design/Construction Branch, Room
L-600, P.O. Box 12248, Rosslyn Station, Arlington, VA 22219. Delivery
address for Express Mail or Courier: Department of State, A/LM/AQM/RAD,
Design/Construction Branch, Room L-600, 1701 N. Ft. Myer Dr.,
Arlington, VA 22219. (The U.S. Postal Service does not deliver to the
1701 N. Ft. Myer address). Request for questionnaire forms and requests
for clarification must be submitted in writing to Jim Kimmel no later
than 4:00 p.m. local time on January 3, 1998. The fax number is (703)
875-6292. ***** Posted 12/04/98 (W-SN277419). (0338) Loren Data Corp. http://www.ld.com (SYN# 0100 19981208\Y-0008.SOL)
Y - Construction of Structures and Facilities Index Page
|
|