Skip to main content

An official website of the United States government

You have 2 new alerts

Phase 1 - Prequalification Notice for Lease Fit-Out (LFO) for the Relocation of the U.S. Consulate (CG) in Marseille, France

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: Apr 12, 2024 09:04 am EDT
  • Original Published Date: Apr 11, 2024 09:27 am EDT
  • Updated Date Offers Due: May 14, 2024 03:00 pm EDT
  • Original Date Offers Due: May 14, 2024 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 14, 2024
  • Original Inactive Date: May 14, 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:

Description

PHASE 1 - Notice of Solicitation of Submissions for Contractor Pre-Qualification

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 a Lease Fit-Out (LFO) of two floors and portions of the garage of an existing commercial building to support the Relocation of the U.S. Consulate (CG) in Marseille, France, solicitation number 19AQMM24R0028.

This project is available for full and open competition.

Project Description (Secret Facility and Personnel Security Clearance Required)

The property is located in a commercial section of the City of Marseille.  It is bounded on four sides by other commercial/office/retail facilities. To the north, there are existing commercial office space multi-story buildings and a large open space/plaza between the facility and the next. To the south, there are existing commercial/office space multi-story buildings with an intervening alley. There is also a large open space/plaza at the southwest corner across the alley behind another building. To the east, there are existing commercial, office and residential multi-story buildings with an intervening light rail/trolley in the middle of the adjacent street.  To the west, there is a multi-story office and retail mall complex called Les Docks Village. The majority of this complex is four to five stories in height.

Project Scope: 

The Lease Fit-Out (LFO) project scope includes the design/build construction of the following:

  • EXISTING CONDITIONS
    • Full demolition of all existing interior finishes, fixtures, cabling, ducts and equipment – salvage all Fan Coil Units (FCUs), lights, and other materials for owner turnover.
  • EXTERIOR AND STRUCTURAL IMPROVEMENTS
  • Shatter-Resistant Window Film (SRWF) + Framing at all exterior wall areas.
  • Replacing isolated glass transoms with OSA louvers.
  • New roof-mounted mechanical equipment.
  • New roof-mounted antennas.
  • New Architectural Barriers Act (ABA) compliant ramp to North Terrace.
  • New FE door to mechanical wells.
  • Carbon Fiber slab and beam reinforcing at new hardline walls.
  • INTERIOR IMPROVEMENTS
  • Full new consulate program including public and staff areas as follows:
  • Screening area and main lobby
  • American Citizen Services consular waiting and service area
  • Consular section
  • General Work Area (GWA) suite
  • Storage and workshops
  • Break areas and office support
  • IRM spaces
  • Conference rooms
  • Naval Criminal Investigative Service (NCIS) suite
  • Executive suite
  • Mail screening facility
  • Enclosed parking
  • All new walls, doors and finishes as per Space Requirements Program-Module (SRP-M) finish level and material categories.
  • PHYSICAL SECURITY
  • Forced Entry (FE) perimeter at all core-to-lease area conditions.
  • New Safe Area and requisite construction.
  • New gates/fences at public stairwells.
  • MECHANICAL AND PLUMBING
  • Interface with existing building system chilled water, hot water, and outside air.
  • Fully reconfigure existing FCUs for new layout.
  • New equipment to provide dedicated outside air, redundancy, or supplemental cooling where required.
  • New dedicated mechanical system
  • New exhaust ducting to required program areas.
  • Replacement Building Automation Systems (BAS) to meet OBO Design Standards.
  • New, limited, plumbing at break rooms, lactation room, and janitor closets connected to existing plumbing DWV stacks.
  • New mechanical and plumbing for Mail Screening Facility (MSF) fit out location.
  • New point-of-use water heaters at new sinks.
  • ELECTRICAL
  • New feeder to lease area from basement demarc.
  • New branch circuitry and power distribution throughout.
  • New lighting throughout.
  • New dedicated electrical service/equipment.
  • New electrical to Mail Screening Facility (MSF) fit out location.
  • TELECOM AND AUDIO-VISUAL
  • New dedicated telecom service from building demarc to new designated Telecom Service Entrance Facility (TSEF) on 7th floor.
  • New telecom distribution throughout leased area.
  • New Audio-Visual (AV) equipment and distribution throughout to designated spaces.
  • TECHNICAL SECURITY SYSTEM (TSS)
  • New cameras at parking garage, lobbies, leased area, and roof.
  • New access controls and other required systems.
  • FIRE ALARM
  • Upgrade or replace fire alarm devices and control panel to meet National Fire Protection Association (NFPA) 72 for a non-sprinklered building and to interface with existing building system for notification.

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

This project is available for full and open competition.

            Approximate construction cost:  $15-$25 million

NOTE: To demonstrate performance of similar construction work for Omnibus Diplomatic Security and Antiterrorism Act of 1986 purposes, the offeror needs to provide information demonstrating that it has successfully completed in the United States or at a U.S. diplomatic or consular mission a construction contract or subcontract involving work of the same general type and complexity as the solicited project and having a contract or subcontract value of at least $       9,750,000.00.  See the attached. 

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