Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

Y -- CY10 A10Y109 (C4I080) KORCOM Operations Center (Building Phase),

Notice Date
6/12/2013
 
Notice Type
Presolicitation
 
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-13-R-0013
 
Response Due
6/28/2013
 
Archive Date
8/11/2013
 
Point of Contact
Tong-Hui Yi, 01182222707436
 
E-Mail Address
USACE District, Far East
(tong-hui.yi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Design-Bid-Build Procurement (Solicitation No. W912UM-13-R-0013) is being issued UNRESTRICTED. The Estimated price range is between $100,000,000 and $250,000,000. This award will result in a firm fixed price contract. IMPORTANT NOTE: Offerors must have a valid U.S. security clearance of Secret or higher in order to respond to this RFP, because the RFP includes information classified at the For Official Use Only (FOUO) level which will be released only to offerors possessing the appropriate clearance. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). This project will construct a 328,000 Square Foot, two-story, below grade heavily reinforced Facility containing administrative offices, operation centers, data centers, and large utility plant with redundant capability. Construction shall comply with ICD 705 DoD Standards for Overseas construction. Reinforced, mass concrete and cast in place concrete will be used for floors, walls, and roof. Building will have a concrete mat foundation with tension piles. Utility plant will house backup power generators, transformers, electrical switchgear, chillers, hot water boilers, uninterruptable power systems, Chemical, Biological, Radiation filtration, and various pumps. Utility plant will also include fuel storage tank, domestic water, chilled water, sewage holding tank, and fire suppression system water tanks. Building envelope is heavily reinforced concrete and includes freight and passenger elevators, multiple blast doors and compartmentalization. Facility, shall comply with DoD Antiterrorism/Force Protection Requirements and other threat mitigation measures. Supporting facilities include backfill of previously excavated and constructed Permanent Earth Retention System (PERS), dewatering, and water, sewer, electrical, and communication connections to existing utility systems. Construction shall comply with DoD Standards for Overseas SCIF construction. Security Requirements: The following special procedures must be followed during construction, in accordance with ICD 705 standards. (1) Clearance Requirements for Construction: Prime contractor firms shall be a US Prime to manage and construct the facility with a Secret Facility Clearance Level (FCL) and Secret Safeguarding Capability granted by the Defense Security Service (DSS). 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 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. (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 in a secured storage area. This Solicitation will be issued in TWO PARTS: PART I will verify the Offerors' security qualifications only. No pricing will be requested. Only offerors who participate in this step and are determined to possess at least a current DSS Secret Facility Clearance and Secret Safeguarding Capabilities will be eligible to participate and compete for award of this construction contract in PART II of this Solicitation. PART II. Only offerors who are determined to possess at least a current DSS Secret Facility Clearance and Secret Safeguarding Capabilities will be eligible to participate and compete for award of this construction contract in PART II of this Solicitation. PART II will incorporate the full plans and specifications for the construction of this project. Award will be based on a negotiated best value, trade-off procedure where technical is approximately equal to price. The non-priced technical factors are as follows: Factor 1 - Past Experience (Prime Contractor); Factor 2 - Past Performance (Prime Contractor); Factor 3 - Construction Management Plan; Factor 4 - Construction Management Project Site Personnel Qualification, and Factor 5 - Proposed Contract Duration and Schedule. The tentative dates are as follows: Issue Step 1 Solicitation: 15 July 2013 Closing date for receipt of proposals: 16 August 2013 Issue Step 2 Solicitation: 3 September 2013 Closing date for receipt of proposals: 18 November 2013 Contract Award: 14 February 2014 The period of performance is 682 days after issuance of Notice to Proceed One CD copy of the Solicitation (RFP) including plans and specifications shall be mailed to Pre-qualified Offerors by US Army Corps Far East District. There will be no charge for the solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-13-R-0013/listing.html)
 
Place of Performance
Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP
Zip Code: 96205-0610
 
Record
SN03086859-W 20130614/130612234825-1bbc0cbdaaf73f4c8745acbce28b5d77 (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.