Vous êtes sur la page 1sur 6

Department of State 2010 Contract for Construction Services for Surabaya Warehouse, Indonesia

Request for Proposal (RFP) #: SAQMMA-10-R0269

Notice of Solicitation of Submissions for Contractor Pre-Qualification

NOTE new format for submissions.

THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO)
is requesting submissions to pre-qualify firms for construction services for Warehouse Building
for U.S. Embassy facilities in Surabaya, Indonesia. This is a construction service for a new
Warehouse/Support Annex that includes maintenance shops, high bay storage, vehicle
maintenance, motor pool, and additional storage and support spaces.

1. Project Description: (No Security Clearances Required)

SAQMMA-10-R0269: Surabaya, Indonesia – Warehouse Building: Estimated construction cost


$1 – 5 million. Total approximate size of building: 956 GSM. Approximate size of site: 6.2 acres

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

Acquisition Phase I – Pre-Qualification of Offerors


This announcement of solicitation of pre-qualification submissions is Phase I. DOS will evaluate
and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth
below. DOS may refuse to pre-qualify any Offeror receiving less than a satisfactory rating on
any evaluation factor or sub-factor.

Acquisition 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 submit proposed pricing in
Phase II. The RFP will include a statement of work, 100 percent construction documents,
standards, and criteria for the project that set out the project scope, construction process, post-
construction activities, codes and standards, and security requirements.

The contract will be a “firm fixed-price.” Construction services will include providing
construction labor and materials to execute the OBO-provided 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, cost estimates, and project close-out activities.

Due to time constraints, DOS anticipates that the pre-qualified Offerors will be required to
participate in a visit to the project site within 10 to 15 days after the issuance of the RFP. To
offset some of the cost of the site visit and other related costs, pre-qualified Offerors that do not
receive the construction contract award will be paid $15,000.00 for responsive project proposals
they submit in Phase II.
3. Prior Pre-Qualification of Certain Offerors NOT APPLICABLE

4. Mandatory Pre-Qualification Requirements

A. Not Applicable

B. Security Clearance Requirement. Not applicable

5. DETAILED INSTRUCTIONS

A. Submission Requirements. The Offeror shall submit sufficient documentation to allow DOS to
evaluate its capabilities with respect to the factors listed in C below. Submissions that are
missing the required information may be eliminated from consideration at the government’s
discretion. Only the information in the submission and any additional information obtained from
any other sources concerning past performance shall be considered during the government’s
evaluation of the submission. Submittals shall be in the English language.

B. Submission Format: Submissions shall be provided in original, three copies, and one electronic
copy on compact disk (CD). The electronic copy shall include the entire submittal and be indexed
identical to the hard copies. Submittals shall be organized by factor according to the list in C
below. Maximum page limits for each factor are identified below. Two single-sided pages will
count as one double-sided page; 11”x17” fold-outs count as two pages on each side; no more than
25% of the total number of pages may be foldouts. The maximum paper size permitted is 11.5” x
17”. Submit offers in size twelve (12) font, except the SF Form 330 (available through:
http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF ) which may be prepared in size
ten (10) font. Project lists and other information required in the SF330 may be cross referenced in
other areas of the submission and need not be duplicated.

C. Content of Submissions and Factors for Evaluation

FACTOR 1: ORGANIZATIONAL STRUCTURE


1.1 Identify all of the major components of The Project team.
1.2 Identify sub-contractors that will perform major or critical aspects of The Project
requirements.
1.3 Provide an organizational chart showing the relationship between the contractor or
JV, subcontractors, QC personnel, Safety personnel, and OBO.
1.4 Describe how the proposed organization demonstrates a comprehensive and
effective approach to managing the project.
1.5 No more than ten, one-sided, letter-size pages of written material may be submitted
for this factor.

DOS will evaluate whether the proposed organization clearly demonstrates a


comprehensive and effective approach to managing The Project.

FACTOR 2: MANAGEMENT PLAN


2.1 Provide a description of the management plan intended to be used for this project.
2.2 If a JV, address the relationship of each JV partner in the plan and identify each
partner’s role on the team, including the percentage of work assigned to each
partner.
2.3 N/A.
2.4 Identify the methodology used for decision-making, personnel management, and
quality control.
2.5 Describe the professional, trade, and other resources available to execute The Project
2.6 Describe the processes used to track procurement, execution, and cost.
2.7 Describe the relationship of the on-site team to the home office team, including the
authority ascribed to each component.
2.8 No more than fifteen, one-sided, letter-size pages of written material may be
submitted for this factor.

DOS will evaluate whether the proposed management plan clearly demonstrates a
comprehensive and effective approach to managing The Project, including coordination
of decision-making; project personnel; professional, trade, and other resources capacity;
project controls; schedules; and cost.

FACTOR 3: CONTRACTOR/JV TEAM FINANCIAL CAPABILITY


3.1 Provide the annual construction volume for the contractor and, where applicable,
for each member of the JV team in dollars per year for 2007, 2008, and 2009. Do
not include information on sub-contractors in this item.
3.2 Provide a list of banks or other lending institutions intended to be used for financing
this project.
3.3 Provide either bank letters of credit/guarantees or documentation demonstrating the
ability to obtain the required performance and payment bonds for projects valued at
the dollar thresholds listed for this project.
3.4 No more than five, one-sided, letter-size pages of written material may be submitted
for this factor.

DOS will evaluate whether the financial capacity is sufficient to execute The Project.

FACTOR 4: CONTRACTOR/JV TEAM TECHNICAL CAPABILITIES


4.1 Submit five project examples demonstrating technical capabilities necessary to
perform The Project.
a. At least one project shall be D/B.
b. At least three projects shall be substantially complete.
c. At least one project shall be similar in scope to The Project.
d. At least one project shall be similar in complexity to The Project.
e. At least one project shall be similar in dollar value to The Project.
f. For each project, identify:
i. Project Title and Description, highlighting similarities to work required for
this contract.
ii. Start and completion dates.
iii. Trades executed by the contractor/JV team member.
iv. The percentage of work executed by the contractor/JV team member (do
not include work executed by subcontractors).
4.2 No more than two, one-sided, letter-size pages of written material and an additional
two, one-sided, letter-size pages of photographs may be submitted for each project
example.

DOS will evaluate whether the project examples demonstrate successful execution of
projects similar in scope, complexity, and dollar value to The Project.

FACTOR 5: DESIGN TEAM QUALIFICATIONS – N/A

FACTOR 6: CONSTRUCTION MANAGEMENT PERSONNEL QUALIFICATIONS


6.1 At a minimum, provide resumes for the following personnel:
a. Project Manager.
b. Key Project Management team members (both home office, sub-contractor
home office, and on-site).
c. Site Superintendent.
6.2 Resumes shall include, but not be limited to the following:
a. Name
b. Professional Licenses/Registrations
c. N/A
d. English Language Proficiency
e. Years Experience (Total and With Current Employer)
f. Education
g. Role on this Project
h. Relevant Project Experience, listed in chronological order with the most recent
experience first. Include the following:
i. Employing construction firm
ii. Project Title and Description, highlighting similarities to work required for
this contract
iii. Value of the project (US Dollars)
iv. Start and end (month/year) of this individual’s involvement with the
project
v. Individual’s responsibilities on the project
6.3 No more than 30, one-sided, letter-size pages of written material may be submitted
for this factor.

DOS will evaluate whether the resumes demonstrate appropriate professional


qualifications, specialized experience, and technical competence in the role proposed.
FACTOR 7: PAST AND PRESENT PERFORMANCE
7.1 Provide five project examples similar in scope, complexity, and dollar value to the
Project.
7.2 Project examples shall either be ongoing or have been completed within the last
three years.
7.3 Project examples may have been executed by other divisions, corporate
management, or critical subcontractors, if such resources will be brought to bear or
significantly influence the performance of the proposed effort.
7.4 For each project example, include:
a. Company/division responsible for the project;
b. Project name;
c. Customer name and contact information;
d. Contract number;
e. Brief description of effort and relevance to The Project;
f. Value of contract in dollars;
g. Planned and actual start and end (month/year) dates, explaining any differences
between the actual and planned (contract) completion dates;
h. Role in the project (prime or subcontractor);
i. Name, address, and telephone number of current or latest Program/Project
Manager, Contracting Officer, and/or Contract Manager.
j. Include any additional relevant information demonstrating significant
achievements.
k. Explain performance problems, including schedule deviations.
7.5 In addition to these five projects, during the past five years on any project, identify
whether the contractor or any member of the JV team has:
a. Been terminated for default, if so, please explain;
b. Been issued a cure notice, if so, please explain;
c. Been issued a show cause notice, if so, please explain;
d. Been assessed liquidated damages, if so, please explain;
e. Ever had its performance and payment bond surety notified that the contractor
was not fulfilling its contract obligations, if so, please explain; and
f. Ever had its performance during construction evaluated as unsatisfactory or
unacceptable, if so, please explain.
7.6 No more than two, one-sided, letter-size pages of written material and an additional
two, one-sided, letter-size pages of photographs may be submitted for each project
example. No more than one, one-sided letter-size page of written material may be
submitted for each explanation required by section 7.5.
7.7 Additionally, offerors are to have a previous customer (the contracting officer or
program manager/project manager for the customer) for whom an effort was
completed or is pending within the last 3 years complete the attached past
performance questionnaire and return it to the offeror in a sealed envelope with the
signature of the person who filled out the questionnaire over the seal of the
envelope. The offeror shall submit the sealed past performance questionnaires in
their proposal at time of proposal submission. The offeror is to have no less than
three separate efforts evaluated via the past performance questionnaire.

DOS will evaluate whether the past and present performance demonstrates conformance
to specifications and compliance with contract terms and conditions. This may include,
but not be limited to, subcontracting plan goals for small disadvantaged businesses,
adherence to contract schedules, effectiveness in forecasting, managing, and controlling
contract costs; conformance to construction safety plans; adherence to security
requirement; responsiveness and business-like concern for the customer; and effective
management of subcontractors and key personnel, including the timely award of
subcontracts and selection, retention, and replacement (when necessary) of key
personnel.

As prescribed in FAR 15.305(a)(2)(iv), an offeror without a record of relevant past performance


or for whom information on past performance is not available will receive a neutral rating.
Offerors meeting the other requirements described in this notice are invited to submit a statement
to the effect that they do not have relevant past performance for this Factor.
6. CLOSING DEADLING FOR SUBMISSIONS

ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 P.M. Eastern Time July 21, 2010.

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: Attn: Zaldy Sabino/Jillian Savage


A/LM/AQM/FDCD/CON, Room L-600, SA-6
1701 North Fort Myer Drive
Arlington, VA 22209

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

REQUESTS FOR CLARIFICATIONS must be submitted in writing to Zaldy Sabino and Jillian
Savage by email SabinoZN@state.gov and SavageJM@state.gov.

Vous aimerez peut-être aussi