Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18, 2000 PSA #2708
SOLICITATIONS

Z -- MACHANICAL SYSTEM CONSTRUCTION, INSTALL HVAC SYSTEMS, SERVICE AND DRINKING WATER SYSTEMS, HEAT EXCHANGERS, AIR HANDLING UNITS, WELLS, PLUMPING, WASTE WATER COLLECTION AND TREATMENT SYSTEMS, COMPRESSORS.

Notice Date
October 16, 2000
Contracting Office
Department of State, Office of Acquisition, P. O. Box 9115, Rosslyn Station, Arlington, VA 22219-0244
ZIP Code
22219-0244
Solicitation Number
SLMAQM-00-R6048
Response Due
November 22, 2000
Point of Contact
David Vivian (703) 875-6991, e-mail; VivianDW@state.gov
E-Mail Address
VivianDW@state.gov (VivianDW@state.gov)
Description
Pursuant to Section 3 of the Foreign Service Buildings Act and other authorities, the U.S. Department of State (DOS), Office of Foreign Buildings Operations (FBO) is seeking to prequalify firms Small Business Firms for Mechanical Contracting Construction and/or Design-Build projects at various Department of State Foreign Service Posts. The Department anticipates award of up to 4 Basic Ordering Agreements (BOA): two awards to SDB firms (8(a)) and two to SB firms; under which each pre-qualified firm will be considered for individual task orders. The range of each task order is from $ 50,000 to a maximum limitation of $1 million. BOAs will be issued for one base year plus four option years. A specific period of performance will be established for each Task Order. The successful firms shall perform construction of mechanical systems for new and existing facilities at various Department of State Foreign Service Posts. These Posts are often in difficult to reach Third World locations, having limited transportation, a lack of infrastructure, having few places to eat, require bottled drinking water, sanitation is poor and there is limited lodging. Design build services may include resolution of difficult mechanical engineering problems; mechanical systems site surveys; mechanical designs for renovations, additions, upgrades, and demolition; engineering modifications to existing systems and other technical work. Both construction and design build work is to support the Office of Foreign Buildings Operations Building Design and Engineering (BDE). Over the life of the BOA(s), BDE expects to require the upgrade or replacement of air conditioning systems, replacement of Chlorofluorocarbon (CFC) and Hydro-chloro-fluoro-carbon (HCFC) refrigerants to comply with ozone protection treaties, and require mechanical system design and construction to improve the mechanical infrastructure for service water to mitigate facility and mechanical equipment degradation and improve the quality of drinking water. In conjunction, plumbing infrastructure upgrade work will include improvement of treatment and disposal of wastewater at Posts. To reduce energy consumption at Posts, FBO will require energy analysis of components and installation of high efficiency Heating Ventilation and Air Conditioning (HVAC) components. Engineering modifications and survey/designs may include but are not be limited to engineering design and modification of chillers; cooling towers; boilers; pumps; HVAC piping; building automation systems, mechanical security systems; fuel storage tanks, fuel lines and leak detection; heat exchangers; air handling units; wells; potable water treatment and distribution systems; plumbing; waste water collection and treatment systems; compressors; landscaping design; cost estimating; scheduling; and value engineering. The BOA Scope of Work (SOW) for projects requiring construction only may require the contractor to provide new construction of mechanical systems or renovations of existing building mechanical and structural systems for engineering modifications. Task Order SOWs and specifications may include but are not limited to the design, engineering, construction, installation, testing and analysis of renovations of existing building or newly constructed building mechanical and structural engineering modifications. Construction services to be provided include construction labor, equipment, and materials to execute the FBO approved design, and an on-site organization with management authority to ensure project coordination and control throughout the life of the project. These services include required submittals from initiation to turnover, a quality control program, construction scheduling, cost control, and project closeout services. U.S. Government codes and regulations, and the applicable laws, codes, and standards of foreign countries apply. Building design and construction shall use the hard metric units (System International). Design submission phases will be identified in each Task Order and will typically include conceptual design, (10%), schematic design (35%) design development, (60%) and final design submission (100%). Design deliverables shall include construction drawings in AutoCAD Release14 (or newer), specifications, schedule of rates/bills of quantity, reports, and calculations. MANDATORY PREQUALIFICATION REQUIREMENTS 1. The offerors must possess or, be able to obtain, a Department of Defense (DOD) final Secret Facility Clearance (FCL) with Secret safeguarding capability in accordance with the National Industrial Security Operating Manual (NISOM), DOD 5220.22-M, and have appropriately cleared personnel to perform the work required by individual task orders. The DOS will sponsor the selected firms for a clearance. For most projects, personnel performing on this contract must possess secret personnel security clearances issued by the Defense Security Service. 2. The offeror must meet the definition of a "United States Person" of PL 99-399, Section 402, thereof as follows: (a) Be legally organized and have its principal place of business in the United States for more than five years prior to the issuance of a request for proposal. (b) Have its principal place of business in the United States. (c) Have provided administrative, design and construction services for complex office buildings involving U.S. Government secure facilities design for the dollar value of $1 million or more, satisfactorily completed on time within budget. (d) 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 percent of its permanent, full-time positions in the U.S., and employ U.S. citizens in at least 80 percent of the supervisory positions on the project site. (e) Have existing technical and financial resources in the U.S. to perform the contract. (f) Have no business dealings with Libya. Offerors that meet the requirements described above are required to submit the documentation as described in the following evaluation factors. To be considered for qualification, offerors must address the following criteria in writing, and meet the requirements of each of the criteria fully. PREQUALIFICATION EVALUATION FACTORS Offerors responding to this announcement must submit the following in their statement of qualifications to be considered for pre-qualification using the following evaluation factors (100 points maximum): Factor 1 Technical Approach. Subfactor 1a: Business Management Plan: Provide 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 small business subcontracting plan 10 points. Subfactor 1b: Financial Capability: Provide documentation demonstrating the financial capability or the ability to secure it and the resources to undertake several simultaneous projects within the funding range stated previously. Provide evidence of the ability to obtain the required performance and payment bonds, and provide a list of banks or other lending institutions which offeror intends to use for financing this project. 10 points. Factor 2: Technical Qualifications. Subfactor 2a: Technical Qualifications Construction: Demonstrate skill and experience in HVAC systems, including installation of boilers, heat exchangers, chillers, cooling towers, related chiller and cooling tower piping, duct work, air handling units, split pack systems; plumbing systems, including potable water (includes purification systems), service water, and waste water systems, compressors, generator engines, fuel supply, storage and leak detection systems. Offerors must have certified wielders on staff or have the ability to obtain them for project work. -15 points Subfactor 2b: Professional Qualifications Design Build: Provide documentation that demonstrates capability to obtain specialized experience, licensed professional engineers and architects having technical competence in the design of similar international projects involving multiple disciplines and subcontractors. Offerors must demonstrate that the principal design and principal construction personnel have either individually or collectively accomplished the design, mechanical engineering and construction of projects of a similar dollar value and technical difficulty as the work identified in this notice. (Minimum of four, maximum of five projects outside of the North American Continent and provide renovation volume per year in the last three years) 15 points. Subfactor 2c: Security: Demonstrate capability in the design and construction of mechanical security systems for buildings. 10 points. Subfactor 2d: Capacity: Offerors must demonstrate capacity to accomplish work within required cost and time parameters 10 points. Subfactor 2e: Recovered material, waste reduction and energy efficiency: Offerors must demonstrate success in prescribing the use of recovered material achieving waste reduction, sustainable design, environmental engineering and energy efficiency in facility design 10 points. Factor 3: Past and Present Performance: Offerors shall submit detailed information concerning Federal, State and Local Government, and private contracts considered to be relevant in demonstrating ability to perform the proposed effort. Performance shall have been within the last three years. This information may include efforts performed by other divisions, corporate management, or critical subcontractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. Information shall include: offeror's company/division; program title; customer contract agency/company; contract number; brief description of effort and relevance to the proposed effort; type, value and performance period of contract; and offeror's role in past work (prime or sub). Provide name, address and telephone number of current or last, Program Manger, Contracting Officer, and/or Contract Manager for each referenced project. Offeror's may include additional relevant information demonstrating significant achievements or explain performance problems they consider relevant to the proposed efforts. 20 points. Offerors that meet the requirements described in this announcement are invited to submit a statement of the offeror's business structure (e.g., Joint Venture, integrated contractor), and design and construction portfolios that illustrate the design build team's capabilities. It is the intent of the Government to award at least one but as many as four BOAs to prequalified offerors based on evaluation and ranking of the submissions received in response to this notice and other information distribution systems used. All submittals must be received by 4:00 P.M. EST, November 22, 2000. U.S. Postal mailing address: U.S. Department of State; Attn: David Vivian; A/LM/AQM/RA/CON, Room L-600, SA-6; P.O. Box 12248, Rosslyn Station' Arlington, VA 22219-8244. Delivery Address for Express Mail or Courier: U.S. Department of State: Attn: David Vivian; A/LM/AQM/RA/CON, Room L-600, SA-6; 1701 North Fort Meyer Drive, (17th St. Entrance); Arlington, VA 22209. (The U.S. Postal Service does not deliver to the 1701 North Fort Meyer address). Request for clarifications and questionnaires must be submitted in writing to David Vivian by mail, at facsimile (703), 875-7332, or e-mail VivianDW@state.gov (capitals required). Voice contract telephone (703) 875-6991. Numbered notes: 1, 12.
Record
Loren Data Corp. 20001018/ZSOL006.HTM (W-290 SN5043P6)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on October 16, 2000 by Loren Data Corp. -- info@ld.com