Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
SOURCES SOUGHT

Y -- FY15 OMA, Renovate ISR Room 113, Building No. 2308, Yongsan, Korea

Notice Date
7/8/2015
 
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-15-R-0014
 
Response Due
7/22/2015
 
Archive Date
9/6/2015
 
Point of Contact
Tok-Kyong Kim, 82222707478
 
E-Mail Address
USACE District, Far East
(tok-kyong.kim@pof02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Solicitation Number: W912UM-15-R-0014 Notice Type: Sources Sought I. Synopsis: a. This is a Sources Sought Synopsis announcement, 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 to renovate a room at USAG Yongsan Seoul, Korea. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requested. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications from interested U.S. construction firms who have the demonstrated capabilities and bonding to complete and perform a contract of this complexity, and to address any questions, recommendations, or concerns from Industry. As a result of this synopsis, firms that respond to this announcement with the requested information will be reviewed and considered a pre-qualified offeror if the firm meets the security qualification. c. Description of Project: This project is to retrofit the existing interior partitions to achieve a minimum of Sound Transmission Class (STC) 45 between one room and the adjacent spaces. A new 6 quote mark Raised Access Floor (RAF) is required in order to accommodate the new under floor power, or active C4I data distribution. The existing ceiling and associated lighting and fire protection system will be modified to accommodate the new RAF. Lighting and HVAC will be modified to provide better illumination and air distribution. The project does not include furniture, equipment, and active C4I components. All design and construction work shall be done in compliance with ICD 705 to include nationality requirements of the design and construction teams, security clearance requirements of the construction team, secure material acquisition and shipping, and compliance with the project Construction Security Plan (CSP). d. Security Requirements: The Prime Contractor firm shall be responsible for detailing, implementing, and maintaining a construction security program complying with the requirements contained in the ICD 705 for overseas secure facility construction for the duration of the contract in compliance with the Construction Security Plan. The construction security program shall include all aspects of physical, personnel, technical, and procedural security as required to comply with ICD 705 for the final accreditation of the secure facility. At a minimum, the construction security program shall include, but not be limited to the following: (1) Personnel Nationality and Clearance Requirements for Construction: The Prime Contractor Firm shall be a U.S. company possessing a Top Secret Facility Clearance Level (FCL) and Safeguarding capability granted by the Defense Security Service (DSS). Work under this contract shall be performed by cleared U.S. Citizens. Local labor/workers will not be permitted to perform work, to include demolition or construction, during any phase of this project. Debris that has been removed from the work site and placed outside the building can be transported from that point using locally hired labor. If Top Secret cleared technicians are used for this contract, the Prime contractor firm shall be responsible for all costs associated with said personnel, as well as coordination with construction activities to ensure that the work is accomplished without compromise to the construction security program. (2) Access Control Requirements: The Prime Contractor shall maintain a secure construction site perimeter. A site wide badging system meeting ICD 705 requirements for overseas secure facility construction shall be implemented by the Prime Contractor to control site access for all construction personnel, deliveries and visitors. The construction site access control process shall be staffed with properly trained Secret cleared U.S. Citizens and shall include effective screening and search procedures for the ingress and egress of the construction area. Signage shall 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: Material to be used for this project shall be procured securely as required by the ICD 705 for overseas secure facility construction. Non-inspectable materials to be used for this project shall be shipped securely to the construction site. Inspectable materials to be used for this project shall be inspected prior to use. All aspects of secure procurement, transit, inspection, and storage of materials for this project shall be the responsibility of the Prime contractor. e. Magnitude of Project: The magnitude for this project is between $1,000,000 and $1,500,000. The construction contract is subject to specific limitation and availability of funds. f. Performance Period: Duration of construction is 134 calendar days from the Notice to Proceed date after contract award. II. REQUIREMENT: a. The project solicitation will consist of One-Step. Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified from this synopsis will be issued a formal Request for Proposal (RFP) for the project and will be invited to submit a proposal addressing the technical factors and pricing. The RFP will include a statement of work, standards, and criteria for the project that will 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 the Lowest Price Technically Acceptable proposal to the Government. Only offerors who are pre-qualified during this Synopsis will be considered for contract award. d. Anticipated solicitation issuance date is Tuesday, 28 July 2015. The estimated proposal due date is expected to be Thursday, 27 August 2015. e. Offerors response to this Synopsis shall include the following information: 1) Statement that your firm is interested in submitting a proposal for this project if this project is approved. 2) Statement that your firm holds a current DSS Top Secret Facility Clearance Level. 3) Name of the company to include address, phone, email address, and Point of Contact. 4) Company CAGE code and DUNS number. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 10:00 hrs (KST), Wednesday, 22 July 2015, Korea Standard Time. All interested firms must be registered with the System for Award Management (SAM) database to be eligible for award of Government contracts. Email responses to: Mr. Ronald Lim, Contracting Officer, CEPOF-CT-C, Far East District, Email address: Ronald.Lim@usace.army.mil and to Mrs. Kim, Tok-Kyong, Contract Specialist, CEPOF-CT-C, Far East District, Email address: tok-kyong.kim@usace.army.mil. Email is the preferred method when receiving responses to this synopsis announcement. Place of Performance: USACE District, Far East District USAG Yongsan, Seoul Korea Point of Contact(s): Ronald Lim, 82-2-2270-7585
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-15-R-0014/listing.html)
 
Place of Performance
Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP
Zip Code: 96205-0610
 
Record
SN03790449-W 20150710/150709000202-626a3ade8f750541ef07e39d1f4f8383 (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.