The American Consulate General, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for:
Design/Build Construction Services - Chancery Building Automation System (BAS) Replacement, US Embassy Riyadh, Kingdom of Saudi Arabia
The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction Type Contract during the third quarter of calendar year 2019.
The successful contractor shall provide complete design/build construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of this contract within the established timeframe.
The work includes among other construction activities:
The Embassy requires a new BAS system that shall be state of the art by current industry standards and a native BACnet BAS following the ASHRAE Standard 135 for all communications. The design of the BAS Replacement shall incorporate, where possible, components of the original system to reduce demolition and installation costs and effort.
The initial phase would be to survey the existing BAS and cabling and determine the status of reusability of the existing controlled devices, conduit, and cabling which would reduce the need for cable work and reduce the scope of the project.
The work consists of replacing the existing (BAS) Building Automation System which is an operational Honeywell Excel system and a Trane Tracer BAS with a Chiller Plant Automation Panel which is not connected to the Honeywell panel. All input/output field and Network Building Controllers with new state of the art (DDC) Direct Digital Control I/O programmable Field (ACC) and Network Building Controllers (BC) that will interface with the existing Heating, Ventilation, and Air Conditioning system field control devices. Replace the existing Operator Workstations with new state of the art desktop personal computers (PC) and graphical user interface software to communicate with the new DDC Field I/O and Network Programmable Controllers, to provide a comprehensive and intuitive operator interface with access, engineering tools and data archive features to modify, monitor and override the programmed sequences of the new DDC I/O (ACC) and Network Building Controllers. The replacement shall be a system that is not a first edition but have had about 3 to 4 years of development and shall be serviceable for at least a further 10 years without difficulty.
The magnitude of this project is anticipated to be between $1,000,000.00 and $5,000,000.00 U.S. Dollars for the entire project.
Companies interested in the solicitation should express their interest by written correspondence, no later than Tuesday August 13, 2019, at both of the following email addresses 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 is able to 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. Furthermore, authorization shall include the requirement to be registered to do business in Saudi Arabia, and the obligation to be in possession of a Value Added tax registration number. 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 country of performance
b) Details of your findings and a description of what your organization will actually be required to undertake to obtain licensing and requisite permit(s)
c) Any impact such authorization may have on the contractor's operating name and address
d) Specific information concerning the period of time you anticipate it will take to obtain appropriate authorization. Any plan reflecting a protracted period (i.e. more than 15 calendar days after award) in obtaining license(s) and/or permit(s) shall be rejected at the discretion of the Contracting Officer since further delay would otherwise harm the Government.
You will be required to provide information that clearly shows you are able to perform work in Saudi Arabia. Any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified.
Irrevocable Letters of Credit (ILOC): The successful contractor will be required to provide the government with surety in the form of Irrevocable Letters of Credits totaling 40% of the value of the contract.
If you have a Duns number* and have been SAM** registered, please include below. Please note that the requirement to obtain a Duns number and for your company to be SAM registered, will be a mandatory requirement upon contract award.
Duns number:_______________________ SAM Registered: ( ) Yes ( ) No
* Dunn and Bradstreet: www.dnb.com/get-a-duns-number.html
** System for Award Management: SAM.gov
The failure to provide the above documentation when submitting your proposal may result in your proposal being found technically unacceptable and removed from the competition without further discussions.
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 Contract Specialist for the administration of this contract is Mr. Hartmut Christe, Tel. +49 69 7535 3343, email [email protected].