4 November 2008
https://www.fbo.gov/index?_atwl=ab4a2e146add5e8d2a7688567cde0f61
London New Embassy
Solicitation Number: SAQMMA09RLONDON2009
Agency: Department of State
Office: Office of Logistics Management
Location: Acquisition Management
* Original Synopsis
Oct 30, 2008
10:51 am
The U.S. Department of State (DOS), Office of Logistics Management, on behalf
of the Office of Overseas Buildings Operations, is seeking a qualified A/E
firm, joint venture or other such entity, to design the new U.S. Embassy
located in London, United Kingdom. The Embassy building will be in the range
of 45,000-50,000 gross square meters in area.
The intended site is located in Nine Elms, Wandsworth, near the Vauxhall
Bridge on the river Thames, and is approximately 20,000 square meters in
size.
The estimated construction budget is between $450 million and $550 million.
This is a design-bid-build project. The resultant design contract will be
fixed price.
The selection will be made in three steps. Step One will focus on the
qualifications of the design firms, partnerships, corporations, associations,
joint ventures, or other legal entities, and the proposed lead designers.
In this step, firms will be judged by a panel that includes American architects
with experience in the design of American Embassies and other government
buildings. Those firms having the best applicable design expertise and experience
will be invited to propose their entire project design team, which will be
evaluated in Step Two. The design teams selected in Step Two for further
consideration will then be invited to participate in Step Three, a design
competition, which will serve as the basis for the final selection.
The scope of services under the proposed contract includes architecture and
urban design; structural, civil, mechanical, and geotechnical engineering;
space planning and systems furniture integration; interior design; security
and communications systems design; blast and fire protection engineering;
landscape design; cost estimating; scheduling; value engineering; administrative
coordination of the various disciplines involved; services during construction;
and compliance with U.S. Government requirements and the applicable laws,
codes and standards of the Borough of Wandsworth, the Greater London Authority,
London, United Kingdom.
The building will be designed and constructed in hard metric (System
International) units. Each design submission, including drawings prepared
for the competition, shall include BIM modeling files.
Step Three of the competition, and the subsequent Embassy design, require
access to classified information.
Step One. Firms, partnerships, corporations, associations, joint ventures,
or other legal entities, responding to this announcement on or before the
closing date will be considered for selection using the evaluation criteria
identified below--100 points maximum:
(1) Past Performance on Design. Submit written narrative descriptions, graphics,
or photographs, describing not more than five designs completed within the
past 10 years, including dates of design completion and construction completion.
A maximum of five 8.5 inch x 11 inch sheets of paper per project, in both
hard copy and electronic format. The projects shall be government, corporate,
or institutional facilities, comparable in complexity and scope to the subject
project, and located in urban settings. Firms may meet this requirement,
by association with firms that have this experience, provided the firm having
51 percent or greater interest in the joint venture is the one completing
the application. These criteria will be used to evaluate the designs: (a)
The appropriateness of each building for the urban environment in which it
is located; (b) how well each building satisfies the functional and operational
requirements of its users; and (c) the environmental sensitivity and the
use of Green design practices for each building's design. The description
for each design should specifically address how the design responds to each
of the foregoing criteria. In addition, the narrative should identify any
awards, peer recognition, etc., that the design received-60 points maximum.
(2) Lead Designer Profile and Portfolio. Include a biographical sketch including
education, professional experience, and design awards received. Identify
and describe proposed areas of responsibility and commitment to the subject
project. Submit written narrative descriptions, graphics, or photographs
(maximum five 8.5 inch x 11 inch sheets of paper per project) of not more
than three recent designs, including dates of design completion and construction
completion. (These may be in addition to the five designs submitted in response
to (1) above.) Also, explain the role, if any, of the proposed lead designer
in the projects described in response to (1) above. The narrative should
include a discussion of design challenges and resolutions including how the
designs responded to user requirements-30 points maximum.
(3) Philosophy and Design Intent. State the following (maximum of two typewritten
pages), (a) overall design philosophy; (b) methods for identifying, analyzing,
integrating, and interpreting design parameters, including user's functional,
operational, and technical requirements; (c) philosophy of creating a U.S.
Embassy with a focus on any unique considerations because of its location;
and (d) professional responsibility as the lead designer-10 points maximum.
Step Two. In Step Two, the firms short-listed in Step One shall identify,
and the Government shall evaluate, their entire project team, their designated
lead designer, and all the consultants that will work on the project. Local
consulting team members are encouraged to contribute, where appropriate,
on unclassified areas of work.
The design firms short-listed in Step One may form a project team by joining
with other short-listed firms or other entities or individuals. To facilitate
their efforts to identify the most highly qualified team members, the
short-listed firms will be announced in FedBizOpps.Gov prior to the closing
date for Step Two submissions. A maximum of 12 short-listed firms will be
invited to submit a Standard Form 330 for their entire project team and interview
as appropriate. Selection criteria, and the closing date for Step Two
submissions, will be provided after the short-list is approved in Step One.
Criteria will include, at a minimum, each project team's professional
qualifications, experience and past performance, organization and management,
and subcontracting plans. Step Three. A design competition, judged by a panel
that includes outside professionals, and conducted with the assistance of
a competition adviser, will constitute the final step in the selection process.
The teams selected in Step Two for further consideration in Step Three (up
to a maximum of six firms) will be notified in writing, and a package of
information including project requirements, site information, procedural
rules, submission requirements and evaluation criteria will be distributed
and used to prepare the submissions for the design competition. A fixed stipend,
in an amount yet to be determined, but intended to defray the costs of the
design competition, will be provided to offerors submitting timely proposals
that comply with the requirements for Step Three submissions.
In order to be eligible for award of this contract, the successful contractor
must possess a Defense Security Service (DSS) Secret Facility Clearance (FCL),
with Secret safeguarding capability, issued in accordance with the National
Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M.
Personnel requiring access to classified information contained in the Step
Three design requirements package must possess Secret personnel security
clearances. Certain design team subcontractors/consultants may also require
FCLs and personnel security clearances for access to classified portions
of the Step Three design requirements package.
Contractors already possessing the necessary FCL should submit their appropriate
Commercial and Government Entity (CAGE) Code with their Step One submission.
If a contractor making the Step Three short-list does not possess an Interim
or Final Secret FCL, the Department of State will sponsor the uncleared firm
for an FCL. Sponsorship does not guarantee that the firm will receive the
clearance. Until short-listed firms have been issued the appropriate FCL,
and received DSS approval to safeguard classified documents, they will not
receive the classified portions of the Step Three project design requirements
package. A period of 90 days from the date of sponsorship will be allowed
for an uncleared contractor to obtain the necessary FCL.
The Government will not be obligated to extend its competition schedule,
if any short-listed sponsored firm has not been issued a FCL. Firms which
form joint ventures must also comply with the above FCL requirements. Each
entity comprising the joint venture must be issued an FCL, as well as the
joint venture. 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 a FCL unless actions (as directed and
approved by DSS) can be taken to effectively negate or reduce associated
FOCI risks to an acceptable level. This process often takes more than the
90 days allotted for this competition. Information on the clearance process
can be found on the DSS website, at http://www.dss.mil, under Industrial
Security.
Short-listed contractors may utilize non-U.S. firms as design team subcontractors
on unclassified portions of the competition, however, the Department reserves
the right to review and reject potential design team subcontractors for security
reasons during the Step Two teaming review.
A copy of the Prohibited Countries List, from which contractors may not choose
design team members, can be obtained from the Contracting Officer listed
in the last paragraph of this announcement. Firms being considered for award
under this acquisition are limited to "United States Person" offerors, as
defined in the Act. The offeror must complete and submit as part of its
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 announcement and may also be obtained from the Contracting Officer
listed at the end of this notice.)
If a joint venture 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 will not
be further evaluated.
This is not a request for proposals.
Since a contract may result in an award over $500,000, large businesses shall
be required to submit a small business subcontracting plan prior to contract
award. The DOS Fiscal Year 2009 subcontracting goals are: small business
49.6%; small disadvantaged business 5.0%; women-owned business 5.0%; HUBZone
business 3.0%; and service disabled veteran business 3.0%. The North American
Industry Classification System code is 541310, $4.5 million average.
Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C.
1101-1104). Design firms that meet the above-listed requirements, are invited
to submit one original signature and two photocopies of the documents listed
under the Step One evaluation criteria.
All submissions listed in Step One (including the statement of qualifications
of P.L. 99-399, and a description of the proposed legal relationship between
A/E entities), must be received by 10:00 a.m., Eastern Daylight Time, on
December 3, 2008. Requests for clarification must be submitted, in writing,
to Mr. Brian Mulcahy, not later than 2:00 p.m., Eastern Daylight Time, on
November 19, 2008. The e-mail address to submit clarification questions is
mulcahybf@state.gov. U.S. Postal Service mailing address: Mr. Brian Mulcahy,
U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington,
VA 22219. Courier address (Federal Express, UPS, etc): Mr. Brian Mulcahy,
U.S. Department of State, Office of Logistics Management, 1701 North Fort
Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not
deliver to 1701 N. Fort Myer Drive.
Please consult the list of document viewers if you cannot open a file.
Omnibus Questionnaire
Type:
Other (Draft RFPs/RFIs, Responses to Questions, etc..)
Label:
Omnibus Questionnaire
Posted Date:
October 30, 2008
Omnibus Prequal. Quest..doc (80.00 Kb)
Description: Certifications Relevant to Public Law 99-399.
Contracting Office Address:
P.O. Box 9115
Rosslyn Station
Arlington, Virginia 22219
Place of Performance:
United States
Arlington, Virginia 22209
United States
Primary Point of Contact.:
Brian F Mulcahy,
Contracting Officer
mulcahybf@state.gov
Phone: 875-6012
Secondary Point of Contact:
David L Vivian,
Contracting Officer
viviandw@state.gov
Phone: 7038756991
Fax: 7038756699
|