Search Contract Opportunities

Thessaloniki, Greece Consulate General Major Rehabilitation   3

ID: 19AQMM24R0032 • Type: Presolicitation

Description

This is a Pre-Solicitation Notice interested companies do NOT need to submit any documentation at this time. The solicitation for qualification packages will be posted on SAM.gov at a later date, please see below for further information.

The U.S. Department of State (DOS), Office of the Procurement Executive (OPE) on behalf of the Bureau of Overseas Buildings Operations (OBO), has a requirement for Design-Build Construction Services for the Major Rehabilitation of the U.S. Consulate General in Thessaloniki, Greece. The Project is described below. OBO seeks to commission our nation's top constructors to produce facilities of outstanding quality and value.

This will be 100% set-aside for small businesses.

Project Description

Design-Build Construction Services for the Major Rehabilitation of the U.S. Consulate General in Thessaloniki, Greece. US Consulate General in Thessaloniki, Greece is located in the U.S. Government owned office space on the 7th floor of an 8-story commercial condominium building on prominent 43 Tsimiski Street. The office space is 890 GSM and was acquired in 1999.

Summary of Project Scope

The major rehabilitation project is planned to provide security, life/fire safety, and interior modernization upgrades including telecom infrastructure and mechanical system upgrades. Security upgrades include anti-ram barriers on the public sidewalk, alarms, doors, and High-Definition Video System (HDVS). The fire /life safety scope includes upgrades to the building common areas, fire-pump, and generator replacements. Consulate work areas include Public Access Area (PAA), General Work Area (GWA), Limited Access Area (LAA), and Controlled Access Area (CAA).

Estimated Design/Build Construction Cost: $13 - $22 million

Award selection process/stages

The project solicitation will consist of two phases.

Phase I Pre-Qualification of Offerors

The announcement of solicitation of pre-qualification submissions is Phase I. DOS will evaluate the pre-qualification submissions based on the evaluation criteria set forth in the Phase I sam.gov announcement, to be posted at a later date as indicated below. The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions.

Phase II Requests for Proposals from Pre-Qualified Offerors

The Offerors determined to be pre-qualified in accordance with the Phase I sam.gov notice will proceed to Phase II and be issued a formal Request for Proposal (RFP) for the project. These offerors will be invited to participate in a site visit and submit technical and pricing proposals in Phase II. Phase II proposals will provide pricing for the design-build construction.

The resulting contract will be firm fixed-price. Construction services will include, but are not limited to, 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 pre-qualified Offerors participating in Phase II will be required to attend a pre-proposal conference at the project site, anticipated to be within 10 to 15 days after the issuance of the Phase II RFP depending on travel and access restrictions.

The selected D/B Contractor's Architect/Engineer will be the Designer of Record and responsible for completing the construction drawings and specifications in accordance with the solicitation documentation provided in Phase II.

The types of design services to be provided may include: architecture; civil, structural, geo-technical, seismic, blast, mechanical, electrical, telecommunication, and fire protection engineering; sustainable design, energy conservation, energy modeling, pollution prevention, and use of recovered materials; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; vertical transportation; lighting design; landscape design; design and construction scheduling; cost estimating; value engineering; and administrative coordination of the various disciplines involved. Additionally, the successful offeror may be required to have an approved local design consultant.

The RFP will include bridging level design documents. The RFP and resulting contract will require the D/B contractor to complete all design and engineering documents based on the project specific design direction that will be provided in the RFP design requirements.

ADDITIONAL INFORMATION

SAM registration is not required for purposes of prequalification (Phase I) but please note the pre-qualified entity shall be the same entity submitting a proposal in response to the Request for Proposal in Phase II. Prequalification is distinct from eligibility for contract award and the Omnibus Certification is distinct from the Security Clearance Requirements. Specific requirements for security clearance and eligibility for award will be set forth in the Solicitation.

To the extent the Offeror anticipates proposing two or more entities that meaningfully rely on related entities to perform under the contract and to meet the stated requirements of the Solicitation, the Offeror should be structured as a formal JV or prime/subcontractor and the Offeror itself (formal JV or Prime) and should be registered in SAM prior to proposal submission. Also, the Offeror itself should possess a security clearance or be able to obtain one in accordance with the terms of the Solicitation (NOTE: Security clearance requirements are not the same as prequalifying as a US Person under the Diplomatic Security Act).

Firms submitting information for Phase I qualification will be required to address the following criteria in the proposal to provide design and construction services.

Facility Clearance Requirement

In order to be eligible for award, the successful offeror(s) must possess, or be eligible to obtain, a Defense Counterintelligence and Security Agency (DCSA) Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information. Performance on the contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DCSA-approved classified IS for processing classified information.

If an uncleared offeror from Phase II is recommended for selection, the Department of State will sponsor the uncleared firm for an FCL. Firms which form joint ventures must also comply with the above FCL requirements. Sponsorship does not guarantee that the firm will receive the clearance.

Foreign firms are not eligible for FCLs. Only U.S. firms organized and operating in the U.S. or Puerto Rico, or a U.S. possession or trusted territory, are eligible for facility clearances. U.S. firms which are determined to be under Foreign Ownership, Control, or Influence (FOCI) are not eligible for an FCL unless actions (as directed and approved by DCSA) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level.

Estimated schedule

The Stage 1 Pre-qualification is planned for release on SAM.gov on/about February 22, 2024.

Overview

Response Deadline
Feb. 22, 2024, 2:00 p.m. EST Past Due
Posted
Feb. 7, 2024, 7:56 a.m. EST
Set Aside
Small Business (SBA)
Place of Performance
N/A Greece
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
64%
Signs of Shaping
94% of obligations for similar contracts within the DOS Office of Acquisition Management were awarded full & open.
On 2/7/24 DOS Office of Acquisition Management issued Presolicitation 19AQMM24R0032 for Thessaloniki, Greece Consulate General Major Rehabilitation due 2/22/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AA.
Primary Contact
Name
Chrissie Fields   Profile
Phone
None

Secondary Contact

Name
Jennifer Leung   Profile
Phone
None

Documents

Posted documents for Presolicitation 19AQMM24R0032

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 19AQMM24R0032

Incumbent or Similar Awards

Contracts Similar to Presolicitation 19AQMM24R0032

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 19AQMM24R0032

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 19AQMM24R0032

Additional Details

Source Agency Hierarchy
STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > ACQUISITIONS - AQM MOMENTUM
FPDS Organization Code
1900-AQMMA
Source Organization Code
500026360
Last Updated
March 8, 2024
Last Updated By
fieldssc@state.gov
Archive Date
March 8, 2024