Chancery Workshops Renovation

Agency: STATE, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159134797541884
Posted Date: Apr 15, 2024
Due Date: Apr 30, 2024
Solicitation No: 19GE5024R0063
Source: Members Only
Follow
Chancery Workshops Renovation
Active
Contract Opportunity
Notice ID
19GE5024R0063
Related Notice
Department/Ind. Agency
STATE, DEPARTMENT OF
Sub-tier
STATE, DEPARTMENT OF
Office
ACQUISITIONS - RPSO FRANKFURT
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+02:00) BERLIN, GERMANY
  • Original Published Date: Apr 15, 2024 11:45 am CEST
  • Original Response Date: Apr 30, 2024 05:00 pm CEST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    HUN
Description

Chancery Workshops Renovation, U.S. Embassy Budapest, Hungary



The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction type contract during the second quarter of calendar year 2024.



The successful contractor shall provide complete construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of the contract within the established timeframe.



The United States Department of State (DOS) Bureau of Overseas Buildings Operations (OBO) / US Embassy in Budapest (BUD) requires construction services to establish workshops and related service areas in the Chancery buildings.



The work is divided into 2 phases, each phase will be installed separately.



Phase 1 (SCh WS) contains construction works located in the basement, 4th and attic floors of the South Chancery Building (SCh- Szabadság ter 10-11). The intent is to create:




  • HVAC workshop,

  • grounds services shop,

  • paint shop,

  • changing rooms with showers,

  • breakroom, and

  • laundry room.



The construction involves installation works on the roof level as well.



The work tasks shall include, but are not limited to:




  • Structural works: demolition of concrete floor covering; creating internal and external floor and wall penetrations; installation of new structural supporting beams; creating steel supports/frames for new mechanical equipment.

  • Architectural works: creating new rooms and modifying existing rooms; new installation, relocation and replacement of doors, creating/demolishing new ceiling and false ceilings.

  • Mechanical works: modification of existing building systems, such as HVAC (heating, ventilation and air-conditioning) and plumbing. Supply and installation of new equipment, such as 2 new air-handling units, 2 VRV systems, 3 exhaust fans, fan-coil units, radiators.

  • Electrical works: modification of existing systems, such as power supply, lighting and emergency lighting. Supply and installation of new equipment, such as electrical cabinets for each workshop, power sockets, emergency, and normal lights.

  • Fire life safety works: modification of existing fire alarm system (by demolition and installation of new detectors, horn/strobe devices, manual call points). Modification of existing fire sprinkler system (by demo/addition of sprinkler heads), smoke control system light modification; fire extinguishers supply and installation; fire hose cabinet relocations.

  • Building Automation System (BAS) works: providing and installing new conduit, new networking cables, new controllers and panels, licenses, power supplies, valve and damper actuators, control valve bodies, temperature sensors, wall-stats, motor-starters, flow sensors, application specific controllers (i.e., FCU controllers), exhaust fan controls, uninterrupted power supplies, and other miscellaneous material required to execute the project. Programming, testing and commissioning of all systems are required.

  • Telecommunication: Relocation / Supply and installation of phone/data/spare network cabling and PVC/EMT conduits, data outlets from closest telecom switch location

  • Technical security: FE/BR door relocation, supply and installation of FE grilles & new EMT conduit and installation(only) of cables relating to new works / relocations.

  • Specialized, security-related works: The attic changing rooms installation involves relocation of a security door. The manufacturer of the door is Salzer. Removal and relocation of the door requires manufacturer trained and certified installers. Several openings on the building requires making the opening non-man passable by installing custom made, Forced Entry resistant grilles.



Phase 2 (North Chancery WorkShops) contains construction works located in the North Chancery Building (NCh- Szabadság ter 12). The intent is to create in the basement:




  • Carpenter workshop,

  • Plumber workshop,

  • and Electrical workshop, accompanied by

  • Breakroom, and

  • involving toilets reconfigurations.



The construction involves installation works on the ground floor and on the mezzanine floor as well.



The work tasks shall include, but are not limited to:




  • Structural works: demolition of concrete floor covering; creating internal and external floor and wall penetrations; creating steel supports/frames for new mechanical equipment.

  • Architectural works: creating new rooms and modifying existing rooms; new installation, relocation and replacement of doors, creating/demolishing new ceiling and false ceilings.

  • Mechanical works: modification of existing building systems, such as HVAC (heating, ventilation and air-conditioning) and plumbing. Supply and installation of new equipment, such as 1 new air-handling units, Fan-Coil Units, underground ductworks.

  • Electrical works: modification of existing systems, such as power supply, lighting and emergency lighting. Supply and installation of new equipment, such as electrical cabinets for each workshop, power sockets, emergency, and normal lights.

  • Fire life safety works: modification of existing fire alarm system (by demolition and installation of new detectors, horn/strobe devices, manual call points). Modification of existing fire sprinkler system (by demo/addition of sprinkler heads), smoke control system light modification; fire extinguishers supply and installation; fire hose cabinet relocations.

  • Building Automation System(BAS) works: providing and installing new conduit, new networking cables, new controllers and panels, licenses, power supplies, valve and damper actuators, control valve bodies, temperature sensors, wall-stats, motor-starters, flow sensors, application specific controllers (i.e., AHU, FCU controllers), exhaust fan controls, uninterrupted power supplies, and other miscellaneous material required to execute the project. The work includes of programming, testing and commissioning into existing BAS system.

  • Telecommunications Supply and installation of phone/data/spare network cabling and EMT conduits, data outlets into new designated location from closest telecom switch

  • Technical security: supply and installation of FE grilles & new EMT conduit and installation(only) of cables relating to new works / relocations.



The Contractor shall furnish sufficient technical, supervisory, and administrative personnel to ensure satisfactory accomplishment of the work specified in the SOW including accomplishment of work by agreed milestone dates and progress schedule. Additionally, the Contractor shall furnish all services, qualified personnel, materials, supplies, equipment, investigations, studies, and travel required in connection with the SOW.



The magnitude of this project is anticipated to be between $1,000,000 and $5,000,000 U.S. Dollars for the entire project.



Companies interested in the solicitation should express their interest by written correspondence, no later than Tuesday, April 30, 2024, at the following email addresses machendd@state.gov and MUST include the following information: Name of Firm, Name, Telephone, Email Address of Point of Contact and Complete Physical and Mailing Address of Firm. DO NOT TELEPHONE.



Firms shall be knowledgeable in written and spoken English.



APPLICATION FOR SOLICITATION DOCUMENTATION CHECK LIST



In applying for the solicitation material, you are acknowledging that your company can reach compliance with the following highlighted requirements included in the solicitation.



In accordance with DOSAR 652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999), it will be necessary for your organization to possess authorization to operate and do business in the country in which this contract will be performed. Contractors shall be required to provide:



a. A thorough description as to what steps you have taken to investigate all requirements to obtain authorization to perform in the given country,



b. Details of your findings and a description of what your organization will be required to undertake to obtain licensing, and



c. Specific information concerning the period of time you anticipate it will take to obtain appropriate authorization.



You will be required to provide information that clearly shows you are able to perform work in Hungary. Any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified.



Bonding: The successful contractor will be required to provide the government with surety in the form of Irrevocable Letters of Credits, or other acceptable security IAW FAR 52.228-15, totaling 40% of the value of the contract.



Registration in the US System for Award Management (SAM) database is mandatory to be considered for award. The registration must be in “ACTIVE” status. Offerors may obtain information on registration and annual confirmation requirements at the help tab of https://www.sam.gov and the Federal Service Desk: www.fsd.gov. (The FSD is a free technical support service desk for user assistance.)



Please provide your 12-character alphanumeric Unique Entity Identifier when applying to participate in this procurement action.



UEI number: ______________________



System for Award Management: https://sam.gov



Solicitation and award will be subject to the laws and regulations of the United States of America. This requirement is being competed utilizing full and open competition procedures.



The solicitation package/documents shall not be placed on SAM.gov. Only companies submitting a letter of interest and complete “Application for Solicitation Document” check list attached hereto may receive a copy of the solicitation package/documents when available.


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
  • Apr 15, 2024 11:45 am CESTPresolicitation (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 >