United States Consulate , Rio de Janeiro, Brazil

 

Client: THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO)


Type: open, national, RfQ


Timetable:
 9 April 2020 – Submission of pre-qualification documents


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 Clearance Required)

19AQMM-20-R0110 Rio de Janeiro, Brazil New Consulate Complex

The Rio de Janeiro New Consulate Complex (NCC) project includes construction of a Consulate (approx. 11,826m2), On-Site Storage/Shops/Motorpool (approx. 1,463m2), Main, Consular and Service Compound Access Control buildings (totaling approx. 590m2), Utility Building (approx. 916m2), Marine Security Guard Residence (approx. 1,018m2), Official Vehicle Parking Garage (approx. 2,000m2), and Perimeter and Site Improvements. The site is flat, rectangular in shape, approximately 3.8 acres in size, and located in the Cidade Nova section of Rio de Janeiro.

Estimated construction cost: $280 – 355 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 $154 million. See Section 4 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 Contract Opportunities webpage (beta.sam.gov) to specify the location, date, and time.

Phase II – Requests for Proposals from Pre-Qualified Teams

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 $154 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 for purposes of Section 401(a)(1) of 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 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 qualify as a “United States Person” and pamphlets shall be submitted for all prospective members of the JV indicating their independent qualifications and their percentage interests in the JV. 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 shall submit a pamphlet and 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), must possess or be able to obtain a Defense Counterintelligence and Security Agency (DCSA) 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 120 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 DCSA approval to safeguard classified documents. DOS sponsorship does not guarantee that the Offeror will receive the FCL, nor that it will be received within the 120-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 DCSA 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 DCSA 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 April 9, 2020.

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/OPE/AQM/FDCD/AEB, 2nd Floor
Attn: Chrissie Fields
10377 Mordor Drive
Lorton, VA 22079

(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 Chrissie Fields AND Alt Jennifer Leung by email FieldsSc@state.gov AND LeungJB@state.gov.