Search Contract Opportunities

Department of State 2016 Construction Contract for US Embassy Athens, Greece   2

ID: SAQMMA-16-R-0513 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Department of State 2016 Construction Contract
for
US Embassy Athens, Greece
RFP SAQMMA-16-R0513

Notice of Solicitation of Submissions for Contractor Pre-Qualification

THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO) is requesting submissions to pre-qualify high quality construction firms experienced in complex projects for Construction Services to construct a major rehabilitation of and new additions to the historic Chancery office building in Athens, Greece, in support of the U.S. Diplomatic mission. The short title of the project is Athens, Greece, Office Annex Major Rehab. OBO seeks to commission our nation's top constructors to produce facilities of outstanding quality and value. The constructor shall implement the Guiding Principles of Excellence in Diplomatic Facilities (http://overseasbuildings.state.gov/excellence/). The Project is described below.

This project is available for full and open competition.

Continuing a legacy of outstanding diplomatic architecture, OBO seeks to commission our nation's top constructors to create facilities of outstanding quality and value.

1. Project Description (Secret Facility and Personnel Security Clearances Required)

SAQMMA-16-R0513, Athens, Greece U.S. Embassy Chancery Renovation and Addition

The Athens Chancery, located on the six-acre U.S. Government-owned Embassy Compound at 91 Vas. Sophias Avenue in Athens, was completed in 1961. The building was designed by renowned modernist architect, Walter Gropius, and is on the Secretary of State's Register of Culturally Significant Properties. The Embassy compound was expanded to the north in 2003 with the purchase of the adjacent "Illisia Compound"; followed in 2007 with the construction of an office annex, Marine Residence, and parking structure.

The Chancery has been in operation for over 50 years, and exceeds the life of most building systems. During that time, design standards have drastically changed for the building structure, systems, and USG security requirements. The building does not meet current codes or standards for live loads, seismic design, fire and life safety, ADA / ABA requirements, and physical security. In addition, the building mechanical, electrical, plumbing and telephone / data systems have outlived their usefulness.

The Chancery Rehabilitation project will include: seismic improvements to the building's structure; replacement of the glass fa ade; rehabilitation of the marble cladding and other historically-significant features; replacement of most of the mechanical, electrical, and plumbing systems and equipment; replacement of all interior furniture and most interior finishes; and enclosure of the central courtyard of the facility. The project will also include renovations and alterations to other portions of the compound, including: a complete renovation of the 2007 office annex; construction of a new, four-story addition to office annex; construction of a new vehicular Compound Access Control facility; relocation of site utilities; improvements to the site circulation throughout the compound; and construction of a new entrance pavilion as a new main entrance and point of connection for both office buildings;. The project, once completed, will create a single chancery office building; the historic chancery will be the South Wing and the 2007 annex and new annex addition will be the North Wing.

The embassy, as the center of the U.S. diplomatic mission in Greece, must remain fully and continuously operational during construction, with all applicable security measures in place at all times to facilitate continuous and unimpeded post functions. The project will be divided into three primary phases to follow completion of the first phase, which is currently under construction and will provide off-compound swing space for use during the rehabilitation project:

Sitework, Office Annex Renovation, and Annex Addition Construction: Construct site utilities improvements, site circulation improvements, and new temporary and permanent office facilities to provide adequate swing space for Embassy programs that must remain on-compound during the rehabilitation.

Gropius Building Rehabilitation: Once all embassy programs have been relocated to the swing spaces constructed off-compound or in the office annex, selective demolition and rehabilitation will begin on the Chancery. This phase will also include construction of a new Compound Access Control facility and construction of a new entrance pavilion for the rehabilitated Chancery.

Annex Reset: Once rehabilitation of the Chancery has been completed and the facility has been re-occupied, portions of the Annex building will be reconfigured into their permanent layout prior to re-occupation by programs temporarily located in off-compound swing space.

The anticipated work includes (all dimensions are approximate and shall be field verified by the Contractor):

Office Annex / North Wing Renovation - 4 levels, 6,690 m2
North Wing New Addition - 5 levels (including basement), 5,380 m2
Chancery / South Wing Rehabilitation - 4 levels (including basement), 9,175 m2
South Wing Courtyard Enclosure - 484 m2
New Entrance Pavillion - 480 m2
New Main Compound Access Control Facility - 148 m2

Estimated construction cost: $190 - $240 million

NOTE: To demonstrate performance of similar construction work for Omnibus Diplomatic Security and Antiterrorism Act of 1986 purposes, the offeror needs to provide information demonstrating that it has successfully completed in the United States or at a U.S. diplomatic or consular mission a construction contract or subcontract involving work of the same general type and complexity as the solicited project and having a contract or subcontract value of at least $142 million. See Section 3 below.

2. Project Solicitation
The project solicitation will consist of two phases.

Phase I - Pre-Qualification of Offerors
This announcement of solicitation of pre-qualification submissions is Phase I. DOS will evaluate the pre-qualification submissions based on the evaluation criteria set forth below.

The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions. A separate announcement will be issued on the Federal Business Opportunities webpage (www.FBO.gov) to specify the location, date, and time.

Phase II - Requests for Proposals from Pre-Qualified Offerors

Those Offerors determined to be pre-qualified in accordance with this notice will be issued a formal Request for Proposal (RFP) for the project and invited to participate in a site visit and submit technical and pricing proposals in Phase II. Phase II proposals will provide pricing for the construction.

The contract will be "firm fixed-price." Construction services will include providing construction labor and materials to execute the design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project. Required services include preparation of construction documents, quality control plans, safety plans, project schedules and project close-out activities.

The Phase I pre-qualified Offerors will be required to participate in a visit to the project site, anticipated to be within 10 to 15 days after the issuance of the Phase II RFP.

3. DETAILED INSTRUCTIONS

Submission Requirements for Phase I, Pre-Qualification of Offerors: The Offeror shall submit sufficient documentation to allow DOS to evaluate its capabilities with the qualification criteria listed. Submissions that are missing the required information or otherwise do not comply with the submission requirements may be eliminated from consideration at the Contracting Officer's determination.

Copies. Provide one original plus one copy in printed form, and one electronic copy in PDF format on compact disc. PDF shall be identical to the printed version and book marked by section, if applicable. DOS may review either the electronic or the printed submittal; therefore, both formats shall be complete and identical to each other.

To demonstrate performance of similar construction work for Omnibus Diplomatic Security and Antiterrorism Act of 1986 purposes, the offeror needs to provide information demonstrating that it has successfully completed in the United States or at a U.S. diplomatic or consular mission a construction contract or subcontract involving work of the same general type and complexity as the solicited project and having a contract or subcontract value of at least $142 million. The value of the construction contract or subcontract offered to demonstrate performance will not be adjusted for inflation, currency fluctuation, or any other market forces.

3.A. Omnibus Diplomatic Security and Antiterrorism Act of 1986. Firms being considered for award under this acquisition are limited to "United States Person" bidders as defined in the Act. The Offeror must complete and submit as part of its pre-qualification package the pamphlet "Certifications Relevant to Public Law 99-399, Statement of Qualifications for Purpose of Section 402 of The Omnibus Diplomatic Security and Antiterrorism Act of 1986." (The pamphlet is attached to this FEDBIZOPPS announcement and may be obtained from the DOS Contract Specialist listed at the end of this notice.) If a Joint Venture (JV) is formed, the company having 51 percent or greater interest in the JV must be the one completing the pamphlet. This is a pass/fail evaluated area. Submissions from Offerors who do not receive a pass rating in this area will not be further evaluated. Sufficient information should be provided in the Certifications and attachments thereto to determine eligibility under Public Law 99-399, but the Department reserves the right to consider information available from other sources, or to obtain clarifications or additional information from the Offeror.

IMPORTANT NOTE: Organizations that wish to use the experience or financial resources of any other legally dependent organization or individual, including parent companies, subsidiaries, or other related firms, must do so by way of a joint venture. A prospective offeror may be an individual organization or firm, a formal joint venture (where the arrangement among the co-venturers has been reduced to writing), or "de facto" joint venture (where no formal agreement has been reached, but the offering entity relies upon the experience of a related U.S. person firm that guarantees performance). To be considered a "qualified United States joint venture person," every joint venture must have at least one firm or organization that itself meets all the requirements of a U.S. person listed in Section 402. The U.S. person co-venturer will be required to sign a guarantee making the U.S person individually responsible for performance of any contract awarded, notwithstanding the terms of any joint venture agreement.

3.B. Security Clearance Requirement. In order to be eligible to perform under this contract, the pre-qualified firm(s), including all entities which comprise a JV and the JV itself, must possess or be able to obtain a Defense Security Service (DSS) Secret facility security clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Offerors already possessing the necessary FCL must submit their appropriate Commercial and Government Entity (CAGE) Code, facility clearance and safeguarding level with the required pre-qualification documentation.

If an otherwise pre-qualified Offeror does not possess the necessary FCL, DOS will sponsor the firm for an FCL at the time the Offeror is determined to be pre-qualified. DOS will allow 90 calendar days from the notice of pre-qualification for firms to obtain the necessary FCL. Firms will not receive the classified portions of the Phase II RFP until they have been issued the appropriate FCL and received Defense Security Service (DSS) approval to safeguard classified documents. DOS sponsorship does not guarantee that the Offeror will receive the FCL, or that it will be received within the 90-day period. The Government will not be obligated to extend its solicitation schedule, or to make an award to a sponsored, pre-qualified firm, if that firm has not been issued a FCL.

NOTICE: The successful offeror selected for contract award must possess or obtain an Information System (IS) approved by DSS for processing classified information up to the Secret level. Performance on this contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DSS approved classified IS for processing classified information.

4. Closing Deadline for Submissions
ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 P.M. Eastern Time on August 31, 2016.
TRANSMISSION OF PROPOSALS: Offerors shall hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC.) to the following address:
U.S. Department of State:
A/LM/AQM/FDCD/CON, 4th Floor
1735 North Lynn Street
Arlington, VA 22209

(DO NOT USE THE U.S. POSTAL SERVICE (P.O. Box) ADDRESS)
Include the project solicitation number(s) on the face of the package.

REQUESTS FOR CLARIFICATIONS must be submitted in writing to Jennifer Leung AND Alt Adam Hiland by email LeungJB@state.gov AND HilandAD@state.gov.

Overview

Response Deadline
Aug. 31, 2016, 4:00 p.m. EDT Past Due
Posted
Aug. 2, 2016, 11:57 a.m. EDT
Set Aside
None
Place of Performance
US Embassy Athens, Greece GRC
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
18%
On 8/2/16 DOS Office of Acquisition Management issued Sources Sought SAQMMA-16-R-0513 for Department of State 2016 Construction Contract for US Embassy Athens, Greece due 8/31/16. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Title
Procurement Analyst
Name
Jennifer Leung   Profile
Phone
(703) 875-6055
Fax
(703) 516-1620

Secondary Contact

Title
Contract Specialist
Name
Adam D. Hiland   Profile
Phone
None
Fax
None

Documents

Posted documents for Sources Sought SAQMMA-16-R-0513

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought SAQMMA-16-R-0513

Award Notifications

Agency published notification of awards for Sources Sought SAQMMA-16-R-0513

Contract Awards

Prime contracts awarded through Sources Sought SAQMMA-16-R-0513

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought SAQMMA-16-R-0513

Similar Active Opportunities

Open contract opportunities similar to Sources Sought SAQMMA-16-R-0513

Additional Details

Source Agency Hierarchy
STATE, DEPARTMENT OF > Office of Acquisitions > Acquisition Management
Source Organization Code
7694cbbe72b34142b654fdc1e5b98dab
Last Updated
Sept. 15, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 15, 2016