COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13, 2001 PSA #2787
SOLICITATIONS
Z -- DESIGN BUILD BASIC ORDERING AGREEMENTS FOR COMMUNICATION FACILITIES UPGRADES WORLDWIDE
- Notice Date
- February 9, 2001
- Contracting Office
- Regional Procurement Support Office (RPSO), 4000 North Andrews Ave, Fort Lauderdale, FL 33309
- ZIP Code
- 33309
- Solicitation Number
- S-WHARC-01-DBBOA
- Response Due
- March 13, 2001
- Point of Contact
- Mr. Mark J. Toler @(954) 630-1166, Fax (954) 630-1165
- Description
- The U.S. Department of State (DOS), Regional Procurement Support Office Florida, on behalf of the Office of Foreign Buildings Operations (FBO) is seeking Small Business firms for Design and Construction services at various Foreign Service Posts overseas. Competition is limited to Small Businesses as defined by FAR Part 19, NAICS 235990. The Department anticipates award of up to three Basic Ordering Agreements (BOA) under which each firm will compete for individual task orders. Individual task orders shall not exceed $400,000 with the maximum cumulative amount of the task orders issued to any selected construction and design-build firm in a single year not to exceed $3 million. No more than 49 percent of the total labor value of any Task Order shall be subcontracted out. BOAs will be issued for one base year plus three option years. A specific period of performance will be established for each Task Order. The BOA scope of work (SOW) includes construction and/or design-build services required to install, modify, and/or upgrade existing communications facilities in Department of State and Tenant Agency-Controlled facilities, in order to provide unhindered, reliable, and uninterrupted communications. The work consists of travel to U.S. Embassies and Consulates as directed by task orders to provide survey and analysis of existing conditions of structural, architectural, mechanical, and electrical facilities and systems in the areas of work that may be affected. Task order awardees will also be required to provide feasibility of performing work that has previously been designed, and provide design solutions and submissions for work that has not been designed. Contractors will provide complete sets of drawings, specifications, and design analyses in addition to product submittals, completion schedules, and Bills of Materials for use on specific projects. Contractors will also provide services to acquire, store, package, and ship Bills of Materials for projects while complying with Construction and Transportation Security Plans. The types of design services to be provided by the selected firms may include: architecture and urban design; structural, civil, mechanical, electrical, seismic and geotechnical engineering; interior design; security, communications, and RF shielding systems design; blast protection design; fire protection engineering; cost estimating; scheduling; value engineering; and administrative coordination of the various disciplines involved. U.S. Government codes and regulations, and the applicable laws, codes, and standards of foreign countries will 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 schematic design, design development (or conformance), 90% design submission and final design submission. Design deliverables shall typically include construction drawings in AutoCad Rel 13 and 14, specifications, schedule of rates/bills of quantities, reports, and calculations. Construction services may include construction labor and materials to execute the FBO approved design; on-site organization and management of lines of authority to ensure overall project coordination; overall control throughout the life of the project using submittals from initiation to turnover, a quality control program, construction scheduling and cost control; and project closeout services. MANDATORY REQUIREMENTS 1. 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 for performance of individual task orders. For most projects, personnel performing on task orders must possess secret personnel security clearances issued by the Defense Security Service. The U.S. Government will sponsor selected firms for a clearance. 2. The offeror must certify that they are a Small Business entity in accordance with FAR 52.219, NAICS 235990. TECHNICAL QUALIFICATION EVALUATION FACTORS Offerors responding to this announcement shall 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. 15 points. Subfactor 1b: Financial Capability: Provide documentation demonstrating that offerors have the financial capability and resources to undertake several projects combined within the funding range stated previously, and are able to obtain the required performance and payment bonds, or bank letters of credit or guarantee; and provide a list of banks or other lending institutions which offeror intends to use for financing projects, and provide business volume per year in the last three years 15 points. Factor 2: Technical Qualifications. Subfactor 2a: Professional Qualifications: Describe professional qualifications, specialized experience, and technical competence in the design of similar international projects involving telecommunications surveys, designs, construction/transit security plans, preparation and overseas shipment of Contractor Furnished Equipment, and related taskings for Department of State or other agencies operating facilities in an overseas environment. 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 nature and dollar value of this notice (Minimum of three each outside of the North American Continent) 20 points. Subfactor 2b: Security: Demonstrate success in the design and construction of physical and technical security systems for buildings, possess a working knowledge of current Department of State Diplomatic Telecommunications Service standards for design and installation of telecommunications systems and equipment. Also, Offerors must demonstrate their ability to provide qualified labor who possess, or can obtain personnel security clearances up to the Top Secret & Cryptographic levels, as some projects may require for access to work site. 20 points. Subfactor 2c: Capacity & Energy Efficiency: Offerors must demonstrate capacity to accomplish work within required cost and time parameters and demonstrate success in prescribing the use of recovered material achieving waste reduction. Offerors must also submit information on energy savings in past projects. 10 points. Subfactor 2d: Past Performance: Describe past performance of offeror's team on projects of similar dollar value and scope of work, and provide description of design-build, construction and design projects completed in the last five years or currently underway, description of other relevant projects, and record of claims and suits. Offerors should place specific emphasis on successful projects for installation of telecommunications facilities, including electronic equipment, architectural and structural components, electrical and mechanical systems/equipment, grounding systems and alarm systems and components. 20 points. Failure to address each of the foregoing criteria in writing, or to provide the requisite information, will result in failure to qualify for award. When responding to criteria (1) through (2)d above, Offerors must list the owner's name, address, telephone number, and contact person for each project. Offerors that meet the requirements described in this announcement must submit two copies of the following: (a) Statement of the offeror's business structure (e.g., Joint-Venture, integrated contractor). (b) Design and construction portfolios that illustrate the design build team's capabilities. (c) Small Business self-certification in accordance with FAR 52.219-1. Offeror's 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 Projects. (c) Business management plan for construction and design-build projects. . It is the intent of the Government to award at least one, but as many as three Basic Ordering Agreements to qualified Offerors based on evaluation and ranking of the submissions received in response to this notice. This notice constitutes the Government's solicitation. All submittals must be received by 4:00 P.M. local time on March 13, 2001. U.S. Postal and Express/Courier mailing address: Department of State, Regional Procurement Support Office, Attn: Mark J. Toler, 4000 N. Andrews Avenue, Ft. Lauderdale, FL 33309. Request for clarifications and questions must be submitted in writing to Mark J. Toler at facsimile (954) 630-1165, or e-mail at TolerMJ@state.gov by 4:00 P.M. on February 26, 2001.
- Record
- Loren Data Corp. 20010213/ZSOL011.HTM (W-040 SN50D312)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on February 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|