Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21, 2001 PSA #2982
SOLICITATIONS

Y -- CONSTRUCTION OF NEW U.S. EMBASSY COMPLEX, BEIJING CHINA ? SOURCES SOUGHT

Notice Date
November 19, 2001
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, SA-6, 2nd Floor P.O. Box 9115, Rosslyn Station, Arlington, VA, 22219
ZIP Code
22219
Solicitation Number
SALMEC-03-RXXXX
Response Due
December 10, 2001
Point of Contact
Steve Rogers, Branch Chief, Phone 7038757320, Fax 7038756292, Email rogersjs@state.gov -- Steve Rogers, Branch Chief, Phone 7038757320, Fax 7038756292, Email rogersjs@state.gov
Description
CONSTRUCTION OF A NEW U.S. EMBASSY COMPLEX INCLUDING OFFICE BUILDINGS AND SUPPORT FACILITIES. The Office of Logistic Management on behalf of the U.S. Department of State (DOS), Office of Overseas Building Operations (OBO) is seeking interested contractors for the purpose of constructing a new U.S. Embassy Complex in Beijing China. This complex will be approximately 45,000 square meters of buildings, perimeter walls, landscaping, parking, and site infrastructures. The site is approximately 10 acres. The estimated construction cost is between $100,000,000.00 and $500,000,000.00. It is contemplated that construction will be accomplished based on completed construction documents. THE TENTATIVE SCHEDULE FOR ISSUANCE OF THE SOLICITATION FOR CONSTRUCTION IS OCTOBER 2002. The Period of Performance is estimated to be approximately 1000 days. THIS WILL BE A CLASSIFIED PROCUREMENT AND ALL PRE-QUALIFIED CONTRACTORS MUST HAVE, OR BE ABLE TO OBTAIN, A TOP SECRET SECURITY CLEARANCE IN ORDER TO RECEIVE THE SOLICITATION. The solicitation will not be issued to otherwise pre-qualified firms/joint ventures who do not possess the necessary facility and personnel security clearances by the issue date of the solicitation. The Department of State will sponsor uncleared pre-qualified firms/joint ventures for Top Secret facility security clearances (FCL) to be issued in accordance with the National Industrial Security Program Operating Manual (NISPOM). Firms with Special Security Agreements (SSAs) issued in accordance with the NISPOM will not be considered for this effort. Sponsorship does not guarantee that a firm will receive the Top Secret FCL. If a sponsored firm does not obtain the Top Secret FCL prior to the release of the solicitation, the DOS will not be obligated to include the firm in the procurement of these construction services. Firms which form joint ventures must also comply with the noted FCL requirements. Other than sponsorship of the firm, the Department of State assumes no responsibility for the clearance processing. In addition, OFFERORS MUST MEET THE DEFINITION OF A UNITED STATES PERSON of P.L. 99-399, Section 402 and 406 thereof, as follows: (1) be legally organized in the U.S. for more than 5 years before the issuance date of the solicitation: (2) have its principal place of business in the United States: (3) have performed, within the U.S., administrative and technical, professional or construction services similar in complexity, type of construction, and value to the project being bid: (4) employ U.S. citizens in at least 80 percent of its principal management positions in U.S.: (5) employ U.S. citizens in more than 50 percent of permanent full time positions in the United States: (6) will employ United States citizens in at least 80 percent of the supervisory positions on the project site: and (7) have existing and financial resources in the United States to perform the work, and (8) not be doing business with Libya. OFFERORS MUST ALSO MEET THE FOLLOWING PRE-QUALIFICATION REQUIREMENTS IN ORDER TO PRE-QUALIFY. The offeror must (1) have construction business volume in three of the prior five years of at least $200,000.000 per year: (2) have prior international construction experience in commercial or government office buildings, (3) have the special experience and qualifications or the ability to obtain same for the construction of special building features such as, blast and the integration of high security and communications requirements and (4) demonstrate the capacity to accomplish the work in the required time. CONTRACTORS MUST PRESENT THEIR QUALIFICATIONS COVERING THE FOREGOING FOUR REQUIREMENTS IN ORIGINAL AND TWO (2) COPIES. A PRE-QUALIFICATION AND PROJECT BRIEFING WILL BE HELD ON DECEMBER 13, 2001, AT 1:30PM, IN THE OVERSEAS BUILDING OPERATIONS OFFICE AT 1701 N. FT. MYER IN ROOM L400. After this briefing, contractors who are interested in pursuing pre-qualification will be given a pre-qualification package. That pre-qualification package will contain all directions, times and dates pertaining to pre-qualification submission. CONTRACTORS WISHING TO ATTEND THE BRIEFING MUST NOTIFY JAMES S. ROGERS, Department of State, A/LM/AQM/FDCD/CON, via Express mail or Courier: Department of State, A/LM/AQM/FDCD, Room L-600, 1701 N. Ft. (17th Street Entrance), Myer Dr., Arlington, VA 22219; via facsimile at (703) 875-6292; or via e-mail at rogersjs@state.gov. Due to the present situation concerning the postal problems in regards to anthrax contamination, please do not send notices through regular mail. THE NOTICE TO ATTEND MUST BE RECEIVED NO-LATER-THAN 4:00PM, DECEMBER 10, 2001. The notice shall contain the names of persons attending, their title, and business phone number. Firms wishing to submit pre-qualification forms who will not be attending the briefing must request the above pre-qualification package from Mr. Rogers no-later-than 4:00pm, December 13, 2001. All submission directions will be contained in the package.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/SALMEC-03-RXXXX/list ing.html)
Record
Loren Data Corp. 20011121/YSOL009.HTM (D-323 SN513314)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 15, 2001 by Loren Data Corp. -- info@ld.com