Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2016 FBO #5230
SOURCES SOUGHT

Y -- CY10 A10Y109 (C4I080) KORCOM Operations Center (Building Phase/US) &

Notice Date
3/17/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, 96205-0610, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W912UM16R0009
 
Point of Contact
Ronald Lim, Phone: 3157217585, Tong-Hui Yi, Phone: 3157217436
 
E-Mail Address
ronald.lim@usace.army.mil, tong-hui.yi@usace.army.mil
(ronald.lim@usace.army.mil, tong-hui.yi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
I. Synopsis: a. This notice is combined project which was previously announced a Source Sought, RFP #W912UM16-0001, CY10 A10Y109 (C4I080) KORCOM Operations Center (Building Phase/US), USAG Humphreys and a pre-solicitation notice, RFP #W912UM-16-R-0006, YRP PN A08Y101 (C4I030-1), Phase III Facility, USAG Humphreys, Korea. b. 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. c. 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 CY10 A10Y109 (C4I080) KORCOM Operations Center (Building Phase/US) & YRP PN A08Y101 (C4I030-1), Phase III Facility, USAG Humphreys, Korea. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. d. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested U.S. construction prime contract 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. e. Negotiated procedures resulting in a firm fixed price contract. f. 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. g. Award will be based on best value - trade-off source selection procedures. h. Two projects Magnitude of Project: The magnitude for these projects is between $25,000,000 and $100,000,000. The construction contract is subject to specific limitation and availability of funds. II. Requirements: a. CY10 A10Y109 (C4I080) KORCOM Operations Center (Building Phase/US) Project: Description of Project: This project is primarily interior construction of a 170,000 Square Foot secure work area within the larger two-story, below grade heavily reinforced KORCOM Operations Center. This facility contains administrative offices, operation centers, data centers, electrical switchgears, uninterruptable power systems, Chemical, Biological, Radiation filtration systems all with redundant capability. Construction shall comply with Intelligence Community Directive (ICD) 705 Standards for Overseas construction. 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. b. YRP PN A08Y101 (C4I030-1), Phase III Facility, USAG Humphreys, Korea Project: Project Description: This project is primarily for the interior construction of an 82,698 square foot, two-story, secure facility containing administrative offices, a data center, and a utility plant. Construction shall comply with Intelligence Community Directive 705 (ICD 705) series documents and existing DoD standards for overseas construction. Building envelope, which includes blast doors and windows comply with DoD Antiterrorism/Force Protection requirements. Building also includes a two-stop, passenger/freight elevator. Project will also require installation of a crash rated perimeter fence, active barriers, Intrusion Detection Systems (IDS), Access Control Systems (ACS), and CCTV electronic security systems. Note: This is a partially constructed facility with a substantial amount of onsite Government Furnished Equipment for installation by the contractor. c. 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) Clearance Requirements for Construction: Prime contractor Firm shall be a US Prime (Required) to manage and construct the facility with a Facility Clearance Level (FCL) and Safeguarding capability granted by the Defense Security Service (DSS) at the SECRET level. Local National labor (Restrictions apply) may be utilized to build and perform general construction. Only U.S. Cleared worker are authorized to complete finishing work. (2) Access Control Requirements: Existing temporary site security systems and monitoring shall be implemented by FED and required for all construction personnel, deliveries and visitors. The construction site access control process will include 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 in the government controlled secured storage area. d. Magnitude of Project: The magnitude for this project is between $25,000,000 and $100,000,000. The construction contract is subject to specific limitation and availability of funds. e. Performance Period: Duration of construction is 1065 calendar days from Notice to Proceed or Award date. III. Submission: a. If your firm is interested and capable of performing the work identified in the project description then please provide a response to this MARKET SURVEY. Responses to this MARKET SURVEY must contain the following information. (1) Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. (2) Statement that your firm holds a current DSS Secret Facility Clearance Level. (3) Name of the company to include address, phone, and Point of Contact. (4) Company CAGE code and DUNS number. (5) Statement of Capability (SOC) stating your company's experience, past performance, and knowledge required to perform this work (ICD 705 related work). Your firm shall identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your role was as a subcontractor, describe the security services your company provided. For each project listed in your SOC as the prime contractor, please provide a title, total contract amount, location, and customer Point of Contact. Limit your past performance information to three projects. (6) Offerors Bonding Capability (construction bonding level per contract expressed in dollars). (7) Offerors Joint Venture information, if applicable, existing and potential. (8) Small business status to include 8(a), Hubzone, Service Disable Veterans, and Woman Owned. b. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist POF in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only. The FedBizOpps link is www.fbo.gov. Submit response and information (in PDF format) via email to Mr. Ronald Lim, Contracting Specialist, CEPOF-CTC, Far East District, USACE, Email address: ronald.lim@usace.army.mil & Mr. Nicholas I. Johnston, Contracting Officer, Nicholas.I.Johnston@usace.army.mil. Additionally, responses must be received by 10:00 AM Korea Standard Time (KST), 3 April 2016. Any response received after this date will not be utilized in the Market Survey assessment. All interested contractors must be registered in CCR to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM16R0009/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Far East District, Unit #15546, APO AP 96205-5546, USAG Humphreys, Korea, South
 
Record
SN04053248-W 20160319/160317234301-25d2aaced4f8d52515c8b8a3d194a3f9 (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.