|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn
Station, Arlington, VA 22219-0244 Y -- CONSTRUCTION OF NEW OFFICE BUILDING AT THE U.S. EMBASSY, LUANDA,
ANGOLA SOL SLMAQM-00-R-6006 DUE 031700 POC Contact Person -- Robert A.
Ellsworth (703) 516-1960, Aacsimile (703) 875-6292; Contracting Officer
-- Robert R. Powell (703) 875-5164 E-MAIL: Luanda NOB,
EllsworthRA@state.gov. The U.S. Department of State (DOS), Office of
Foreign Buildings Operations (FBO) is seeking to pre-qualify
prospective contractors for the construction of a new office building
(NOB) at the U.S. Embassy in Luanda, Angola. The project will include
the relocation of selected existing buildings, construction of the NOB
and the attendant site facilities such as perimeter security,
vehicular and pedestrian access control facilities, parking and other
site amenities. The NOB and its infrastructure will be located on the
existing occupied site of approximately 6,000 square meters. The NOB
complex will comprise approximately 4,750 gross sq. m. (total of all
buildings). The construction cost is estimated in the range of $15
million to $20 million U.S. Dollars. The contract period of performance
is approximately 36 months. This includes a period of approximately
three (3) to four (4) months during which the government will inspect,
accredit and accept the NOB then move the occupants in from the
existing buildings, after which the existing buildings will be
demolished by the Contractor. The contract type will be a firm fixed
price construction contract. Only those firms having successfully
proven in Phase I -(Pre-qualification of Prospective Offerors) that
they qualify will be invited to participate in Phase II (Cost
Evaluation and Contract Award). The qualified contractors, including
all entities which comprise a joint venture, must possess or be able to
obtain, an active Department of Defense (DOD) Secret facility security
clearance (FCL) with Secret safeguarding capability in accordance with
the National Industrial Security Program Operating Manual (NISPOM), DOD
5220.22-M. Appropriately cleared (Secret or Interim Secret) personnel
will also be required for this effort. Uncleared firms will be
sponsored for a Secret (FCL) at the time they are selected as a
qualified offeror. Sponsorship does not guarantee that a firm will
receive the clearance. The Government will not be obligated to extend
its schedule if any of the sponsored firms have not been issued an FCL
(with appropriate safeguarding capability) prior to the release of the
classified construction documents to the pre-qualified firms for their
use in preparing their offers. The scope of construction services
under this proposed contract will include: total construction skills
and services to produce a fully finished, functional and operational
U.S. Embassy in Luanda, in accordance with construction documents
prepared by the Government's Architect of Record and 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; and construction scheduling to provide overall control
throughout the life of the project. Firms being considered for award
must meet the definition ofa "United States person" of Section 402 of
the Omnibus Diplomatic Security and Antiterrorism Act of 1986 -- P.L.
99-399, as follows: (1) Be legally organized in the United States for
more than 5 years prior to submitting the pre-qualification package.
(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 to the project being solicited; (4) Employ U.S. citizens in at
least 80% 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 sub-contracted for this project.
Firms responding to this announcement on or before the closing date
must show that they qualify by submitting a completed
"Pre-qualification Package" which must include the following: (a)
Offerors must demonstrate that they have the financial capability and
resources to undertake and accomplish a 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 construction business volume of at least $15 million to
$20 million per year in three (3) of the last five (5) years. 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. (b) Demonstrated successful completion of overseas
construction projects each having a total construction cost of $15
million or more outside of the North American continent, preferably in
Africa, (minimum of 3 recent projects, currently under construction or
completed within the past five years.) (c) Demonstrated successful
completion of the installation of physical and technical security
systems for buildings, (minimum of 3 recent projects, currently under
construction or completed within the past five years.) (d)
Certifications Relevant to Public Law 99-399 Statement of
Qualifications for Purposes of Section 402 of the Omnibus Diplomatic
Security and Antiterrorism Act of 1986, P.L. 99-399. (e) "Mailing List
Application for Construction Contracts," FORM DS-1037 complete with
all attachments. When responding to criteria (b) and (c) above,
offerors must list the owner's name, address, telephone number, and
contact person for each project. Also provide a brief description of
each project including scope, original contract amount, original period
of construction, final contract amount, actual period of construction,
and a list of all warranty period claims valued over $5,000 each.
Failure to submit any one of the foregoing in writing will result in
the offeror being removed from further consideration. This is a
solicitation for Phase I -- (Pre-qualification of Prospective
Offerors). Based upon the evaluations of the information provided with
the pre-qualification application, the government will invite only the
qualified offerors to participate in Phase II -- (Cost Evaluation and
Contract Award). The contract will be awarded to the offeror that
provides the best value to the government. Further explanations of
Phase II will be included in the pre-qualification packages that will
be sent to prospective contractors. Contractors that meet all of the
requirements described above in this announcement and are interested in
being pre-qualified are invited to request by mail or facsimile, the
"Pre-qualification Package" from Mr. Robert A. Ellsworth, U.S.
Department of State, A/LM/AQM/RA/CON, Room L-600, P.O. Box 12248
Rosslyn Station, Arlington, VA 22219 or facsimile number 703-875-6292.
If Express Mail or Courier Mail is used, the address is: U.S.
Department of State, A/LM/AQM/RA/CON, Room L-600, 1701 N. Ft. Myer Dr.,
17th Street entrance, Arlington, VA 22209. (The U.S. Postal Service
does not deliver non-Express Mail to the 1701 N. Ft. Myer address).
Requests for clarification must be submitted in writing to Mr. Robert
A. Ellsworth. Completed pre-qualification packages, original and four
(4) copies, must be received no later than 3:00 PM Washington, D.C.
local time March 17, 2000.***** Sincerely, Robert A. Ellsworth Contract
Specialist Posted 02/07/00 (W-SN422533). (0038) Loren Data Corp. http://www.ld.com (SYN# 0113 20000209\Y-0012.SOL)
Y - Construction of Structures and Facilities Index Page
|
|