Selective Improvements Project Phase Two (SIP-2) In Copenhagen, Denmark

Agency:
State: Federal
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159040076324342
Posted Date: Mar 19, 2024
Due Date: Apr 10, 2024
Source: Members Only
Follow
Selective Improvements Project Phase Two (SIP-2) In Copenhagen, Denmark
Active
Contract Opportunity
Notice ID
19AQMM24R0025
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - AQM MOMENTUM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 19, 2024 08:25 am EDT
  • Original Response Date: Apr 10, 2024 12:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    DNK
Description

Selective Improvements Project Phase Two (SIP-2) In Copenhagen, Denmark



This is a Pre-Solicitation Notice – interested companies do NOT need to submit any documentation at this time. The solicitation for qualification packages will be posted on SAM.gov at a later date, please see below for further information.



The U.S. Department of State (DOS), Office of the Procurement Executive (OPE) on behalf of the Bureau of Overseas Buildings Operations (OBO), has a requirement for Design-Build Construction Services for the Selective Improvements Project Phase Two (SIP-2) project in Copenhagen, Denmark, 19AQMM24R0025.



This project is available for full and open competition.



Project Description (Top-Secret Facility and Personnel Security Clearance Required)



19AQMM24R0025: Selective Improvements Project, Phase Two (SIP-2) in Copenhagen, Denmark



The United States Government (USG), Department of State (DOS), Bureau of Overseas Building Operations (OBO) requires Design/Build services that include design and construction execution services for the Selective Improvements Project, Phase Two (SIP-2) project in Copenhagen, Denmark, 19AQMM24R0025.



Property Description:



The Chancery is an existing roughly 5600 gross square meters (GSM) building consisting of four (4) full levels with a partial mezzanine level, and a penthouse. The building was completed in 1954 and has a glass and limestone façade. The project address is Dag Hammarskjölds Allé 24, 2100 Copenhagen, Denmark.



Project Scope:



SIP-2 is the second phase of the Selective Improvements Project, Phase 1 (SIP-1) completed in late 2023. The SIP-2 design/build scope includes modernization and historic restoration of the chancery to meet current building codes and standards, life safety and security requirements. The scope includes the following:




  • Architectural and Interior upgrades include a complete façade restoration, entry court rehabilitation, upgraded finishes throughout, and reconfiguration and modernization of various offices.

  • Physical security upgrades include a new safe area and various FE/BR walls, floors, and window upgrades.

  • Mechanical upgrades include replacement of existing chilled water piping throughout, replacement of Fan Coil Units and associated valves and piping, replacement of all radiators, and upgrades to meet Copenhagen’s district heat requirements.

  • Electrical, Fire Alarm and Telecom upgrades include new LED lighting, power distribution upgrades, new electrical branch wiring and telecom in various CAA spaces, combination of three incoming electrical feeders, and Fire Alarm upgrades to meet NFPA.



This is a Design-Build contract. The awarded contractor shall be provided with bridging documents that the contractor shall develop to 100% final design.



Approximate construction cost: $20-$30 million



Award selection process/stages:



The project solicitation will consist of two phases.



Phase I – Pre-Qualification of Offerors



The announcement of solicitation of pre-qualification submissions is Phase I. DOS will evaluate the pre-qualification submissions based on the evaluation criteria set forth in the Phase I Sam.gov Announcement, to be posted at a later date as indicated below. The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions.



Phase II – Requests for Proposals from Pre-Qualified Offerors



The Offerors determined to be pre-qualified in accordance with the Phase I Sam.gov notice will proceed to Phase II and be issued a formal Request for Proposal (RFP) for the project. These offerors will be invited to participate in a site visit and submit technical and pricing proposals in Phase II. Phase II proposals will provide pricing for the design-build construction.



The resulting contract will be “firm-fixed price.” Construction services will include, but are not limited to, providing construction labor and materials to execute the design; local approvals to execute the work; 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 pre-qualified Offerors participating in Phase II will be required to attend a pre-proposal conference at the project site, anticipated to be within 10 to 15 days after the issuance of the Phase II RFP depending on travel and access restrictions.



The selected D/B Contractor’s Architect/Engineer will be the “Designer of Record” and responsible for completing the construction drawings and specifications in accordance with the solicitation documentation provided in Phase II.



The types of design services to be provided may include: architecture; structural, seismic, mechanical, electrical, telecommunication, and fire protection engineering; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; lighting design; design and construction scheduling; cost estimating; and administrative coordination of the various disciplines involved. Additionally, the successful offeror may be required to have an approved local design consultant.



The RFP will include bridging level design documents. The RFP and resulting contract will require the D/B contractor to complete all design and engineering documents based on the project specific design direction that will be provided in the RFP design requirements.



The Government intends to implement formal Partnering on this project.



ADDITIONAL INFORMATION:



SAM registration is not required for purposes of prequalification (Phase I) but please note the pre-qualified entity shall be the same entity submitting a proposal in response to the Request for Proposal in Phase II. Prequalification is distinct from eligibility for contract award and the Omnibus Certification is distinct from the Security Clearance Requirements. Specific requirements for security clearance and eligibility for award will be set forth in the Solicitation.



To the extent the Offeror anticipates proposing two or more entities that meaningfully rely on related entities to perform under the contract and to meet the stated requirements of the Solicitation, the Offeror should be structured as a formal JV or prime/subcontractor and the Offeror itself (formal JV or Prime) and should be registered in SAM prior to proposal submission. Also, the Offeror itself should possess a security clearance or be able to obtain one in accordance with the terms of the Solicitation (NOTE: Security clearance requirements are not the same as prequalifying as a “US Person” under the Diplomatic Security Act).



Firms submitting information for Phase I qualification will be required to address the following criteria in the proposal to provide design and construction services.



Facility Clearance Requirement:



In order to be eligible for award, the successful offeror(s) must possess, or be eligible to obtain, a Defense Counterintelligence and Security Agency (DCSA) Top-Secret Facility Clearance (FCL), with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual, DOD 5220.22-M. Additionally, the successful offeror selected for contract award must possess, or immediately obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information. Performance on the 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.



If an uncleared offeror from the Phase 2 short-list is recommended for selection, the Department of State will sponsor the uncleared firm for an FCL. Firms which form joint ventures must also comply with the above FCL requirements. Sponsorship does not guarantee that the firm will receive the clearance.



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 an FCL unless actions (as directed and approved by DCSA) can be taken to effectively negate or reduce associated FOCI risks to an acceptable level.



Estimated schedule:



The solicitation, Phase 1 – Pre-qualification, is planned for release on SAM.gov in April 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • US DEPT OF STATE, 2201 C ST NW
  • WASHINGTON , DC 20520
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 19, 2024 08:25 am EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >