Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2016 FBO #5472
DOCUMENT

Y -- FY16 UMC P-027, RENOVATIONS TO BUILDING 1997 NIOC, YOKOSUKA,JAPAN - Attachment

Notice Date
11/14/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274217R1309
 
Point of Contact
Leslie Takayama-Ho 808-471-3416
 
Small Business Set-Aside
N/A
 
Description
***THE PURPOSE OF THIS MODIFICATION IS TO MAKE CHANGES TO PARAGRAPH REGARDING THE INFORMATION ON THE SITE VISIT AND REMOVES ATTACHMENTS (1) LONG TERM VISITOR PASS REQUEST FORM AND (2) PERSONAL HISTORY STATEMENT. INSTEAD, OFFERORS INTERESTED IN ATTENDING THE SITE VISIT MUST PROVIDE THEIR NAME, SOCIAL SECURITY NUMBER AND A COPY OF THIER PASSPORT TO LESLIE.TAKAYAMA-HO@NAVY.MIL, NO LATER THAN 6 DECEMBER 2016 AT 10:00 A.M. HST. SEE 4TH PARAGRPH BELOW*** This project is for the general construction and renovation of 3,971sf of the existing space in Building 1997 in Yokosuka Japan. It includes a new 285m2 secure office suite on the first floor of the building and an existing 94m2 office space on the first floor will be temporarily converted into two (2) individual, Sensitive Compartmented Information (SCI) accredited, training classrooms for the duration of the construction and will be reverted back to its original state at the completion of the project. The first floor construction includes, but is not limited to; demolish ceiling tile, partition, door and door framing, existing HVAC system, plumbing system, electrical system and emergency eyewash; provide fixed partition from structural floor to structural ceiling and sound attenuation to achieve a minimum sound transmission coefficient (STC) 55 and 45; painting door and wall; anti-static flooring with rubber base and carpet tile, acoustical ceiling system with conduits; intercommunication system and security system outlets. Door access and locking arrangements will be coordinated with the user and current codes to ensure both security and life safety. Furniture is not included in the construction of this project. The existing spaces on the second floor of Building 1997 are not accredited as Sensitive Compartmented Information Facilities (SCIF); however the classrooms shall be constructed in accordance with ICD/ICS 705 criteria to meet SCIF for OCONUS requirements. Construction of second floor includes but is not limited to; for the classrooms, demolish ceiling tile, partitions, existing HVAC system, plumbing system and electrical system, provide fixed partition from structural floor to structural ceiling and sound attenuation to achieve a minimum sound transmission coefficient (STC) of 45 and 50 where required, interior personnel doors and frame meeting requirements of STC 55 and 45, painting acoustical ceiling system, wet pipe sprinkler system, HVAC system, lighting system with wiring, fire alarm test system, telephone system with conduits, intercommunication system, and security system outlets. For the server room, demolish mechanical and electrical system, provides wall hung split system unit, new refrigerant, piping system, electrical panel, circuit breaker and lighting system with wiring. A one-time-pre-proposal site visit is tentatively scheduled for 15 December 2016, 09:00 a.m. Japan Standard Time. This site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered and is not for the purpose of answering questions. Offerors interested in attending the site visit must provide their name, social security number, and a copy of their passport to leslie.takayama-ho@navy.mil, no later than 6 December 2016 at 10:00 a.m. HST. Late requests will not be honored. Estimated range is from $1,000,000 to $3,000,000. The NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS IS $36.5 MILLION OVER THE PAST THREE YEARS. This procurement is UNRESTRICTED. This is a source selection procurement requiring both technical and price proposals. Contract award will be made to the offeror proposing the Lowest Priced Technically Acceptable (LPTA) proposal. The technical evaluation factors are anticipated to be as follows: Factor 1, Experience; Factor 2, Past Performance; and Factor 3, Safety. Work must be accomplished by U.S. companies. The following security requirements also apply: Citizenship and clearance requirements for personnel performing finish construction work: a. U.S. citizens with a SCI-clearance may perform work without an escort. b. U.S. citizens with a TOP SECRET-clearance may perform work when escorted by NIOC SCI-cleared personnel. c. U.S. Citizens with a SECRET-clearance may perform work when escorted by SCI- cleared personnel. Citizens and clearance requirements for personnel performing general construction work: a. U.S. citizens with a SCI-clearance may perform without an escort. b. U.S. citizens with a TOP SECRET-clearance may perform work when escorted by NIOC SCI-cleared personnel. c. U.S. Citizens with a SECRET-clearance may perform work when escorted by SCI-cleared personnel. d. U.S. Citizens with a CONFIDENTIAL-clearance, monitored by NIOC SCI-cleared personnel, may be permitted to perform work after completing a background check performed by NIOC s Accrediting Official (AO). e. Uncleared personnel, may be permitted to perform work after completing a background check performed by NIOC s AO. i. MLC, Japanese Nationals hired under the Master Labor Contract to work for NAVFAC FE or PWC may perform general construction. Each MLC worker must submit their full names and a copy of their base ID with Photograph to the NIOC SSO at least 30 days prior to commencing any project. NIOC s AO will pay for the additional background checks. ii. Non-cleared (or Confidential-cleared) U.S. citizen personnel shall provide NIOC with biographical data (full name, current address, Social Security Number (SSN), date and place of birth (DPOB), proof of citizenship, etc.), and fingerprint cards at least 30 days prior to commencing any project. Two forms of identification are required to verify U.S. persons. f. Contracting local Japanese firm or company must be requested and approved by NIOC s AO for each individual project prior to awarding the contract. Firm and Personnel must submit to background checks. g. Access to sites shall be denied or withdrawn if adverse security, Counterintelligence (CI), or criminal activity is revealed. The Request for Proposal (RFP) will be available on or about 28 November 2016. The RFP contains sensitive but unclassified information which is For Official Use Only (FOUO) . All individuals who will be receiving the sensitive information must comply with the requirements of DoDM 5200.01 dtd 24 Feb 12. Potential offerors/subcontractors/supplies shall provide the exact names of the personnel who will be accessing the information (e.g. stating our proposal team is insufficient). The Non-Disclosure Form provided as Attachment (3) shall be completed and returned to leslie.takayama-ho@navy.mil. Further, you must destroy all electronic and /or hard copy versions of FOUO documents. You must also comply with basic contract clause DFARS clause 252.204-7000, Disclosure of Information. Upon receipt of the non-disclosure statement and the list of personnel, the RFP, including the drawings can be accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6274217R1309 after the RFP is issued. Printed copies or CDs of the RFP will not be issued. Contractors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain explicit access to the project. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the project. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the drawings. The resulting contract shall be awarded and executed in accordance with the TREATY OF MUTUAL COOPERATION AND SECURITY BETWEEN JAPAN AND THE UNITED STATES OF AMERICA, REGARDING FACILITIES AND AREAS AND THE STAUTS OF UNITED STATES ARMED FORCES IN JAPAN. In accordance with such agreement and in the event the awardee is organized under the laws of the United States and whose presence in Japan is solely for the purpose of executing contracts within the United States for the benefit of the United States armed forces, the Government may issue a Letter of Identification to certain United States nationality contractor employees of the successful firm upon the firms request after contract award, which entitles individual employees of the contractor to enter Japan to perform work on this contract under the aforementioned Status of Forces Agreement (SOFA) between the United States and Japan, Article 1(b). This invited status is only granted to individual employees; no status will be granted to the contractor entity as a whole under SOFA Article XIV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R1309/listing.html)
 
Document(s)
Attachment
 
File Name: N6274217R1309_Attach_3_Cert_of_Nondisclosure-KTR_in_Workplace.doc (https://www.neco.navy.mil/synopsis_file/N6274217R1309_Attach_3_Cert_of_Nondisclosure-KTR_in_Workplace.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R1309_Attach_3_Cert_of_Nondisclosure-KTR_in_Workplace.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04326986-W 20161116/161114234250-a93ba209662b3e954044294dbee6ce47 (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.