The RFP Database
New business relationships start here

Source Sought for Haiti Construction IDIQ


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

This is a Request for Information (RFI) in accordance with the Federal Acquisition Regulation (FAR) 15.201(c) (7) for the purpose of developing an acquisition strategy and obtaining industry input relevant to a possible future solicitation for:

•    Design/build construction services in Haiti, including architectural; civil; mechanical; plumbing; electrical; fire protection;

•     Design and installation of portable modular building complexes and related site work and utilities in Haiti.

The industry is also invited to provide comments on the content of this announcement to include suggestions for improving the scope of a possible future solicitation. Your input is valuable in helping us develop requirements that ensures mission success, reduces our costs, and simplifies the contractor's ability to provide various types of construction services. This is not a Request for Proposal (RFP) or a Request for Quote (RFQ). A RFP/RFQ is not being issued at this time. Any responses to this RFI will be treated as information only and shall not be used as a proposal. Government will not reimburse respondents for costs associated with providing information in accordance with this RFI.

RESPONSES DUE
Responses to this RFI are due no later than 2:00 p.m. Eastern Standard Time (EST) on May 1, 2015. All submissions shall be submitted via e-mail to Joonpil Hwang at Hwangj2@state.gov as a PDF document.

RESPONSE SUBMISSION INFORMATION
All potential sources with the capability to provide the requirements referenced in this RFI are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. No pricing should be included in your response.
Responses to this RFI shall include the following:

1.    A cover sheet which includes:
•    Company Name
•    Address
•    Point of Contact
•    E-mail Address
•    Phone Number
•    DUNS Number
•    Primary Business and Market Areas
•    Business Size and Socioeconomic Status (if applicable)

2.    Relevant Design-Build Project Experience (two (2) page limit):
•    Experience in design/build construction of residential, commercial, and high security buildings (i.e. prison, office buildings, police stations, etc.).
•    Experience in design/build services for the renovation of existing buildings;
•    Experience in coordinating with host nation government(s) to mitigate and solve potential issues;
•    Experience performing construction and renovation works under working conditions similar to those found in Haiti (i.e., lack of electricity, unprotected water sources, lack of appropriate sanitation services, political instability, seismic activity, etc.)
•    Experience in importation of materials, equipment, manpower, and any other necessary resources required for the completion of design-build projects;


3.    Capabilities of Successfully Completing Design-Build Projects (two (2) page limit):
•    Ability to provide all required design and engineering services, manpower, and materials to construct new buildings;
•    Ability to provide all required design and engineering services, manpower, and materials to renovate existing buildings;
•    Ability to provide and deliver required materials and equipment to projects located in Haiti;
•    Capabilities to import all required material and equipment through either sea or air transportation to Haiti;
•    Ability to construct and/or renovate buildings in accordance with the International Building Code (IBC) and U.S. building codes;
•    Ability to coordinate construction with the designated host nation country; and
•    Ability to operate a business in Haiti.


4.    Relevant Portable Modular Project Experience (two (2) page limit):
•    Experience designing and preparing site for portable modular complex;
•    Experience installing portable modular structures in Haiti, including providing all required materials, equipment, and manpower necessary to complete the work;
•    Experience performing modular installation works under working conditions similar to those found in Haiti (i.e., lack of electricity, unprotected water sources, lack of appropriate sanitation services, political instability, seismic activity, etc.)
•    Experience in coordinating with host nation government(s) to mitigate and solve potential issues;
•    Experience in importation of materials, equipment, manpower, and any other necessary resources required for the completion of portable modular projects;


5.    Capabilities of Successfully Completing Portable Modular Projects (two (2) page limit):
•    Ability to design, ship, fabricate, construct and/or install portable modular buildings based on an existing concept drawing or narrative;
•    Ability to provide all required materials, equipment, and labor to install portable modular buildings in Haiti
•    Ability to provide all required design and engineering services, manpower, and materials install portable modular buildings in Haiti;
•    Ability to import all required material and equipment through either sea or air transportation to Haiti;
•    Ability to coordinate construction with the designated host nation country;
•    Ability to operate a business in Haiti


6.    Comments on the content of this announcement to include suggestions for improving the scope of a possible future solicitation (no page limit)


7.    Optional marketing materials provided as an attachment (two (2) pages limit)

8.    Company responses to below Questions 1 through 9 (no page limit)
• Question 1: Are any of the requirements described in this announcement unreasonable and/or unattainable? Why?
Question 2: Are there additional requirements that the Department of State's (DOS) Bureau of Narcotics and Law Enforcement Affairs (INL) should consider incorporating in a possible future solicitation? Why?
• Question 3: What additional Government-furnished property or information is required to mitigate risk in performing this requirement?
• Question4: What existing contract vehicles does your company utilize for similar projects? (i.e., GSA or open market to name a few)
• Question5: Under what North American Industry Classification System (NAICS) code have you performed this work previously?
• Question 6: Does your company have any additional questions, comments, or concerns about the framing of this requirement?
• Question 7: What labor categories do you believe are appropriate for this requirement?


INQUIRIES DUE
General inquiries to this RFI shall be submitted via e-mail to Joonpil Hwang at Hwangj2@state.gov no later than 2:00 p.m. Eastern Standard Time (EST) on May 1, 2015. Please do not send questions with proprietary content.

SCOPE
The U. S. Department of State (DOS), Bureau of International Narcotics and Law Enforcement require services to design, construct, and/or renovate Haitian National Police (HNP) facilities throughout Haiti. Expertise is required in Design-Build construction, and portable modular building installation.

It is anticipated that the DOS will award multiple Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts. Specific tasks to be performed will be identified in each individual task order issued under the contract. The Contractor shall be expected to provide the design and delivery of construction projects to include the furnishing of all resources (labor, materials, equipment) required by the task orders in accordance with the terms, conditions and requirement specified in the contract and those of the individual Task Order. Depending on the specific requirements, task orders will be issued on a firm-fixed price, time-and-materials, or labor hour basis.

The scope of work (SOW) of the underlying task orders may include one or more combinations of the following:

•    Providing Design/Build Construction services for construction and/or renovation of high-security Haitian National Police (HNP) facilities (i.e. police stations, prisons, BLTS compounds);
•    Design, ship, fabricate, construct and/or install portable modular buildings based on an existing concept drawing or narrative;
•    Utilizing existing drawings and design information provided by others with no provisions of additional design documents. Design and/or installing heating, ventilation, and air conditioning (HVAC) to include chemical and biological filtration, energy conservation projects, plumbing, electrical work to include photovoltaic, and standby generators, and fire detection systems;
•    Design and/or implementation of systems upgrades to include mechanical, electrical, fire, structural, civil, life safety site work infrastructure, and or site utilities (including: electric power; wells, municipal water, and water treatment; sewage and waste water treatment, heating and cooling, gas, underground fuel and water storage tanks, and telephone) and related structures to provide a complete functional compound;
•    Physical security improvements; and
•    Value Engineering.
The types of Design/Build services to be provided may include:
•    Architecture and urban design; structural, civil, energy conservation, mechanical, electrical, seismic and geotechnical engineering, space planning and systems furniture integration, interior design, signage, technical and physical security, communications, treated environments design, blast protection design, fire projection engineering, portable water treatment and waste water treatment, landscaping design cost estimating, scheduling, value engineering, and administrative coordination of the various disciplines
The types of Portable Modular Installation services to be provided may include:
•    Site surveys, topographical surveys, and infrastructure research;
•    Design and engineering of modular building complex to include positioning of buildings, connection to utilities, design of floor plans, security components, site lighting, PV solar, water storage, sanitary sewer, and hurricane fencing;
•    Installation of modular buildings and all related elements included in the design.


PERIOD OF PERFORMANCE 
The proposed period of performance is One (1) year base plus four (4) option years.


 


Joonpil Hwang, Contract Specialist, Phone 7035814569, Email hwangj2@state.gov - Sara Collins, Contracting Officer, Email collinsse@state.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP