The RFP Database
New business relationships start here

WORLDWIDE FORCED-ENTRY/BALLISTIC-RESISTANT (FEBR) AND ANTI-RAM BARRIER (ARB) DESIGN-BUILD (DB), REPAIR AND REPLACEMENT (R&R) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ)


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Department of State, Office of Overseas Buildings Operations, is seeking proposals to pre-qualify firms for the Worldwide Forced-Entry/Ballistic-Resistant (FEBR) and Anti-Ram Barrier (ARB) Design-Build, Repair and Replacement (R&R) IDIQ contracts.

Competition Eligibility: The U.S. Department of State anticipates awarding eight (8) IDIQ contracts in total. Contract awards will be separated into the following two (2) set-aside business groups:


a. An 8(a) Business Development Program Group - consisting of no more than four (4) set-aside exclusively for those firms designated as 8(a) by the Small Business Administration (SBA); and


b. An Other Small Business Group- consisting of no more than four (4) additional set-asides that, depending on the variability of qualified offerors, may include a combination of HUBZone (HZ); Service-Disabled Veteran Owned Businesses (SVOB); Women-Owned Businesses (WOB); and/or Small Businesses (SB).


Please take notice that multiple submissions are not required for those firms that qualify for more than one (1) business set-aside group. An offeror may designate any combination of business socio-economic categories on the face of the qualification proposal submission. If an offeror is determined to be qualified in accordance with this Phase I solicitation announcement, the offeror will be "considered" for award of a contract in each small business socio-economic category it is determined qualified to participate in (in accordance with the SBA business size standards and SBA registration).


Qualified vendors that submit offers for consideration in more than one (1) business group, and are selected for award of an IDIQ contract during Phase II shall receive a "single" contract award- even if they may otherwise be qualified and under consideration for award under multiple business groups. The final award category will be determined by the cognizant Contracting Officer (CO) as it pertains to the best interest of the Government.


The NAICS is 236220 with a small business size standard of $36.5 million. Prospective offers must be registered and must maintain an active registration, in the System for Awards Management (SAM) at www.sam.gov.


1. Project Description 19AQMM19-R-0142 Worldwide Forced-Entry/Ballistic Resistant (FEBR) and Anti-Ram Barrier (ARB) Design-Build, Repair and Replacement (R&R) IDIQ contracts.


The work includes design-build and/or construction services for the worldwide overseas installation, maintenance and repair and replacement of FEBR and/or ARB DOS Diplomatic Security (DS) approved and authorized products at various overseas U.S. Consulate and Embassy facilities. Authorized products include: doors, windows, opaque panels, glazing panels, vault doors, crash fence systems, shallow mount bollards, wedge barriers, vertical lift barriers, multi-purpose entry drop-arms and anti-ram crash gates that may include electrical, mechanical, and structural, blast, fire life-safety , physical and technical security upgrades and other directly related work. It is anticipated that multiple awards will result from this solicitation in 8(a) and the all other set-asides business groups. The total dollar value of the work (total of all IDIQ's awarded) is estimated to be between $25,000,000 and $50,000,000 per year.


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


Phase I - Pre-Qualification of 0fferors This announcement of solicitation of pre-qualification submissions is Phase l DOS will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth below.


Phase II - Requests for Proposals from Pre-Qualified 0fferors Those Offerors determined to be pre-qualified, in accordance with this notice, will be issued a formal Request for Proposal (RFP). The RFP will include a statement of work, standards, and criteria for the project. The submissions received in response to the Phase II formal RFP will be evaluated in accordance with the stated evaluation procedures stated in the solicitation. It is the intent of the Government to award more than one IDIQ contract at the conclusion of Phase II to prequalified Offerors based on evaluation and price-ranking of proposals.


Indefinite Delivery Indefinite Quantity (IDIQ) Contracts will be issued for one (1) base year plus four (4) option years. Firm-fixed-price task orders with individual scopes of work (SOW) will be issued for each project. Each task order project will include a pre­ proposal site visit. The evaluation of the contractors' task order proposal submissions and the issuance of task orders will be in accordance with FAR 16.505. For example, unless one of the exceptions under FAR 16.505(b)(2) is applicable, placement of each task order will be based upon competition among the qualified contractors pursuant to procedures that will be outlined in the Phase II Request for Proposals (RFP).


Contractor personnel (including subcontractors and A/E partners) requiring access to classified information domestically must possess Secret facility and personnel clearances. At overseas locations, contractors requiring access to classified information or Controlled Access Areas (CAA) must possess Secret or Top Secret personnel security clearances prior to deployment to the site. Specific security clearance requirements will be delineated in each task order. Some task orders will require the contractor to provide Final Top Secret cleared personnel eligible for COMSEC/crypto access.


International Building Codes (IBC), Bureau of Overseas Building Operations (OBO) IBC supplements and other codes, requirements, and regulations, as well as the applicable laws, codes and standards of the host country and local city (whichever are more stringent will apply).


3. Prior Pre-Qualification of Certain Offerors - NOT APPLICABLE. This solicitation requires a complete prequalification package submission.


4. Submission Requirement and Contents:


4.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 other information in the prequalification submission 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 bas 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.


4.B Security Clearance Requirement (Top Secret Facility and Personnel Security Clearances Required). In order to be eligible to perform under this contract, the successful offerors must possess, or be able to obtain, A Department of Defense (DoD) Top Secret Facility Clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NlSPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must possess or obtain an FCL, as well as the joint venture. Offerors already possessing the necessary FCL should submit their appropriate Commercial and Government Entity (CAGE) Code with their proposal.


If a SELECTED offeror does not possess a FCL, the Department of State will sponsor the uncleared form for a FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of 6 months from the date of sponsorship will be allowed for the uncleared firm to obtain a Top Secret FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts.


If a SELECTED offeror possesses a Secret FCL, the Department of State will sponsor the firm for an FCL upgrade to the Top Secret level. Sponsorship does not guarantee that the firm will receive the clearance. A period of 120 days from the date of sponsorship will be allowed for the firm to obtain a Top Secret FCL. After this period, the Government may, at its discretion, consider awarding the contract to another firm or awarding fewer contracts.


No contract can be awarded until at least an Interim Top Secret FCL has been granted. Due to time constraints, the Government will not delay award of contracts to selected firms already in possession of Interim or Final Top Secret FCLs.


5. Detailed Instructions and Submission Format
5.A.l    Organization: Organize submittals by factor according to Section 4 above. Tab and clearly identify each factor in the submittal.


5.A.2    Language: Use only the English language. Submit an English translation for all information originally provided in another language. If an English translation is not provided, DOS will not review or consider the     information submitted only in another language. Non­ English language pages are not included in any page counts.


5.A.3 Page Limits: None


5.A.4 Format and Copies: Provide one (1) original plus one (1) copy in printed form (2 hardcopies), and one electronic copy in PDF format on compact disc. PDF shall be one file, identical to the printed version, bookmarked by section, and shall not be locked or password protected. DOS may review either the electronic or the printed submittal; therefore both formats shall be complete and identical to each other.


5.A.5    Missing Information: A proposal submission discovered to be incomplete or missing the required information may be eliminated from further consideration.


5.A.6    Additional Information: Additional Information. Offerors are cautioned that DOS may consider only the information in the submission and that obtained by DOS from additional sources concerning past performance. DOS does reserve the right to request clarifications or additional information.


5.B. Definitions: Where the term "Offeror" is used, it is intended that requirements for the Offeror apply equally to either a single Contractor or to all parties of a Joint Venture (JV), where applicable.


6. Closing Deadline for Submissions


ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 P.M. EST/EDT on March 27, 2019. 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/CON,SA-6 1701 N. Fort Myer Drive, Suite 500 Arlington, VA 22209
ATTENTION: Aaron Lee (703) 875-6090 and Ashley Johnson (571) 344-6096


(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 via email to: Devin D. Banks at BanksDD@state.gov and Maricar F. Sweet at SweetFC@state.gov by no later than 3:00 p.m. EST/EDT, Thursday, March 07, 2019. Please include the solicitation number in the subject line of the


Devin D. Banks, Contracting Officer, Phone (571) 345-0582, Fax (703) 875-6699, Email BanksDD@state.gov - Carly F. Sweet, Contracting Officer, Phone (703) 875 5893, Fax (703) 875-6699, Email SweetCF@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP