Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2013 FBO #4066
SOURCES SOUGHT

Y -- YRP PN A08Y101, PHASE III FACILITY, USAG HUMPHREYS, Pyongtaek, Korea

Notice Date
1/9/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, AP 96205-0610
 
ZIP Code
96205-0610
 
Solicitation Number
W912UM-12-R-0031
 
Response Due
1/17/2013
 
Archive Date
3/10/2013
 
Point of Contact
Kim, Chae-Sop, 82-2-2270-7586
 
E-Mail Address
USACE District, Far East
(chae-sop.kim@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Far East District (FED) anticipates the issuance of a Request for Proposal and the award of a firm-fixed price construction contract for the Phase III Facility at USAG Humphrey's, Korea. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested construction firms who have the capabilities to complete and perform a contract of this magnitude, and to address any questions, recommendations, or concerns from Industry. c. Description of Project: This project is to construct a 81,698 SF, two-story, Sensitive Compartmented Information Facility (SCIF) containing administrative offices, data center, and utility plant. Construction shall comply with DoD Standards for Overseas SCIF construction. Reinforced, cast in place concrete will be used for floors, walls, and roof. Building will be pile supported. Utility plant will house backup power generators, transformers, electrical switchgear, chillers, hot water boilers, uninterruptable power systems, and various pumps. Utility plant will also include fuel, domestic water, chilled water, and fire suppression system water tanks. Building envelope, which includes blast doors and windows, shall comply with DoD Antiterrorism/Force Protection Requirements. Building also includes a two-stop, passenger/freight elevator. Supporting facilities include earthwork, access road & site improvements, and water, sewer, electrical, and communication connections to garrison systems. Antiterrorism measures include crash rated perimeter fence, active barriers, IDS, Access Control and CCTV Electronic Security Systems. Landscaping includes low maintenance grass. d. Security Requirements: This project will include the construction for Phase III Facility operations that will process classified communications. The following special procedures must be followed during construction. (1) Clearance Requirements for Construction: Firm to be US Prime (Required) to manage and construct the facility. Local National labor (Restrictions apply) may be utilized to build and perform general construction; such as, the concrete foundation and walls; plumbing, electrical, and communications infrastructure; fire detection and suppression systems; and HVAC systems. (2) Access Control Requirements: A project site pass system shall be implemented by FED and required for all construction personnel, deliveries and visitors. The construction site access control process is required, and will include an effective screening and searching procedures for the ingress and egress of the construction area. Signage will be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to the construction area. (3). Control of Material: All material procured locally for construction will be subject to inspection by government personnel. After material is procured and inspection is completed the material must be stored within the construction area or a secured storage area must be used. e. Magnitude of Project: The magnitude for this project is between $25,000,000 and $100,000,000. The project is subject to reprogramming and availability of funds. f. Performance Period: Duration of construction is 730 calendar days from Notice to Proceed or Award date. Solicitation: a. The project solicitation will consist of two (2) steps. Step I - Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Step I. The USACE will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth. The construction firms will be required to possess the minimum facility clearance of secret and have experience in SCIF overseas construction projects. The USACE may refuse to pre-qualify any Offeror receiving less than a satisfactory rating on any evaluation factor or sub-factor. Step 2 - Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified in accordance with Step I will be issued a formal Request for Proposal (RFP) for the project and invited to submit proposed technical factors and pricing in Step II. The RFP will include a statement of work, standards, and criteria for the project that set out the project scope, construction requirements and restrictions, construction documentation, construction expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. b. In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor must have the capability to perform at least 12% of the contract work with his/her own employees. c. Award will be based on Low Price Technically Acceptable to the Government, who is pre-qualified during Step I of the solicitation. d. Anticipated solicitation issuance date for Step I is in 18 January 2013. The estimated proposal due date for technical proposals expected to be in 19 February 2013. Step II of the solicitation is anticipated to be sent to qualified firms in 4 March 2013. The estimated proposal due date for Step II proposals is 4 April 2013. e. Offerors response to this Synopsis shall be limited to 50 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 50 page limitation) quote mark Offerors name, addresses, point of contact, phone number, and e-mail address. quote mark Offerors interest in bidding on the solicitation when it is issued. Offerors capability to meet personnel requirements. quote mark Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past ten (10) years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors Joint Venture information, if applicable, existing and potential. Offerors Bonding Capability (construction bonding level per contract expressed in dollars). Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 10:00 hrs (KST) 17 January 2013, Korea Standard Time. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: Mr. Michael M. Miyagi, Contracting Officer, CEPOF-CT-C, Far East District, Email address: Michael.m.miyagi@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Contracting Office Address: USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, APO AP 96205-5546
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-12-R-0031/listing.html)
 
Place of Performance
Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP
Zip Code: 96205-0610
 
Record
SN02961607-W 20130111/130109233827-4d8336006f426de8a9a02de8637a588a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.