Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
MODIFICATION

C -- Korea Air and Space Operations Center, Osan Air Base, Korea

Notice Date
4/26/2017
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
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
W912UM-16-R-0023
 
Archive Date
5/30/2017
 
Point of Contact
Su Yong Sin, Phone: 3157217088, Jisun Kang, Phone: 3157216090
 
E-Mail Address
su-yong.sin@usace.army.mil, jisun.kang@usace.army.mil
(su-yong.sin@usace.army.mil, jisun.kang@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This is a public announcement in accordance with Public Law (PL) 92-582 "The Brooks Act" and FAR Subpart 36.6 acquisition procedures. Firm(s) will be evaluated and selected based on demonstrated competence and qualifications, and a contract will be negotiated for the required work. The proposed facility features include command and control operational administrative spaces, meeting and conference rooms; ancillary storage, and administrative support spaces; multi-functional protected building accesses and control systems; protective hardening and Electromagnetic Pulse (EMP) shielding; Collective Protective System (CPS) and contamination control area (CCA); controlled access areas (CAA); Command, Control, Communications, Computers, & Intelligence Surveillance and Reconnaissance (C4ISR) systems, and Distributed Common Ground Station (DCGS) weapons system; building circulation; electrical and mechanical including heating, ventilation, and air-conditioning (HVAC) system and utility infrastructures. Required supporting facilities and its automation systems will likely include building information systems; energy monitoring and control systems; underground utilities metering; electric service metering; security lighting; and fire detection, alarm and suppression systems. The U.S. Army Corps of Engineer Far East District will provide the selected firm with the project scope, design criteria, and users' functional and operational requirements established through the preliminary design charrette (15% design), including the requirement documents (DD1391s) with cost estimates, that will be the basis for going full design phases of 30%, 60%, 90%, and 95% designs through U.S. and ROK approval of 100% design documents. Any subsequent changes to the current requirements will be reviewed and approved through the administrative procedures established by the U.S. and ROK Status of Forces Agreement Joint Committee. The requirement will be performed using, but not limited to, North American Industry Classification (NAICS) codes: 541310 for Architectural Services and 541330 for Engineering Services. This is an unrestricted acquisition open to all business concerns. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded before Fiscal Year 2018 and design period is approximately 24 months following the contract award. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of work it intends to subcontract. The subcontracting plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are available. In accordance with DFARS 252.204-7004, all firms must be registered with the System for Award Management (SAM) prior to award of any government contract. To obtain information regarding registering in SAM, call 1-866-606-8220, or log on to Internet web site at https://www.sam.gov/portal/SAM/#1. 2. PROJECT INFORMATION: The Korea Air and Space Operations Center (KAOC) is a planned facility to centralize functions currently located in the existing Hardened Theater Air Control Center and the Korea Combined Operational Intelligence Center at Osan Air Base, Korea. The KAOC will be a modern command and control air and space operations center that oversees air operations and distributed common ground station weapon systems supporting the U.S. Forces Korea and the U.S. and Korea Combined Forces Command in the defense of the Korean peninsula. The magnitude of the construction for this project is estimated to be over $500,000,000. The design requirement for the proposed KAOC facility incorporates protective threat-based design, which will include multiple Secure Working Areas (SWAs), as well as non-SWAs, electromagnetic pulse protection, TEMPEST protection, chemical biological, radiological collective protection system, "N-1" redundancy system and is ability to operate up to five (5) days endurance period. The KAOC facility is approximately 700,000 GSF in size that will support 2,400 U.S. and ROK personnel working 24 hours a day" for the endurance period. Total of six (6) mission areas within the KAOC facility include U.S.-Only Secure Work Area (SWA), U.S.-only Non-SWA, ROK-US SWA and non-SWA, and ROK-only SWA and non-SWA. A-E services during construction - an optional requirement desired by the Government - will be expected to last for approximately three (3) years. A-E services during construction will be required for preparation of systems-oriented operations and maintenance manual, CPS O&M manual and A-E participating with government CPS certification team, participation in partnering workshop, witness of selected equipment testing, review of construction contractor submittals, commissioning of HVAC systems, RFI responses and shop drawings for HVAC system, and CPS, etc. A construction security plan will be developed during design phases by the U.S. Cognizant Security Authority (CSA) to satisfy the U.S. Intelligence Community Directive 705 (ICD 705). The ICD 705 requirements may apply to design and construction of one or more secure working areas (SWAs). The selected A-E firm may be required to provide classified designs meeting Office of Director of National Intelligence promulgated ICD 705 requirements and ICD 705's application to design and construction of ‘secured facility' projects. The selected A-E firm shall possess a US Defense Security Service (DSS) DoD Facility Clearance (FCL) of SECRET and shall demonstrate the ability to store and process classified material in accordance with Executive Order #13526. Additional consideration will be given to firms that already possess a FCL at the Secret level. The National Security Agency will serve as the Accrediting Official for the KAOC facility project. Experience with and or ability to undertake ICD 705 design work will be required by the A-E which may ultimately be selected for the project. Key personnel of the A-E firm and any of its sub-consultants, will need to be U.S. concerned citizens, possessing or able to obtain required security clearances to perform U.S. SCIF related designs. The selected A-E firm(s) and their key personnel will be fully vetted by the CSA prior to selection for design and construction of U.S. SWAs. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria "a-e" are primary. Criteria "f-g" are secondary and will only be used as "tie-breakers." a. Specialized Experience and Technical Competence. Experience, and competence in designs involving the following sub-criteria will be considered: i. Familiarity with DoD unified facilities criteria, instructions, manuals, standards and specifications for hardened command and control air operations center and Intelligence, Surveillance and Reconnaissance (ISR) facilities. ii. Design of DoD military facilities with Command, Control, Communication, Computers, and Intelligence (C4I) Systems. iii. Design of Sensitive Compartmented Information Facilities (SCIFs) UFC 4-010-05, Sensitive Compartmented Information Facilities Planning, Design, and Construction, and Intelligence Community Directive 705 (ICD 705), TEMPEST, and electromagnetic environmental effects. iv. Knowledge of the NSA accreditation process including document control, expert document reviews, testing and accreditation, and related process. v. Incorporation of innovative technical design features and technologies into designs that optimize design and total life cycle cost, including O&M life cycle considerations. vi. Design of hardened facilities that include UFC 3-340-01 Design and Analysis of Hardened Structures to Conventional Weapons Effects (FOUO); UFC 340 EMP; and EMI protection MIL-STD-188-125-1. vii. Design of Collective Protection Systems (CPSs) / Chemical, Biological, Radiation filtration systems - with redundant capability. viii. Building Information Modeling (BIM) 3D Smart Design Practice to reduce design and construction cost, facilitate communication fit-out of weapon systems, and reduce O&M after occupancy through integration with other management control to include ICS, EMCS, SCADA, and ESS. ix. Designing to LEED standards or utilizing Green Energy Alternatives with energy monitoring and control systems that reduce life cycle cost. x. Inclusion of blast-resistant construction material and techniques in designs that would optimize against air blast, ballistic, and EMP threats from conventional weapon effects as well as seismic loads to increase survivability of facility and infrastructure support systems. xi. Verification and validation testing of WMD-mitigation protection methods compliance with appropriate military standards xii. Functional workspace layouts that optimize operational effectiveness using Air Operations Center (AOC) Facilities Guidelines JUL 2006 and AOC Operations AFI 13-1 AOCV3 facilities guidelines. xiii. Incorporation of facility-related configuration controls in designs for NIPR/SIPR networks, coalition networks, intelligence community networks, special access program/special technical operations requirements, and Joint/Combined network Communication Interoperability. xiv. Designs involving working with classified documents. xv. Designs requiring work under the requirements and restrictions of ICD 705 and application of its design requirements including the electronic security system (ESS). Projects with overseas ICD 705 experience will be considered more relevant than those with experience in the U.S. or its territories. xvi. Cybersecurity meeting the current DoD standard or criteria. All sub-criteria are considered to be equal in importance. Demonstrated experience and technical competence for any of the sub-criteria by the lead firm (primary consultant) of the Offeror's proposed team, as Designer of Record, may be given a higher rating than demonstrated experience and technical competence by proposed sub-consultants. b. Professional Qualifications: i. Qualified professional personnel in the following key disciplines: Project management; architecture; fire protection engineering; SDD/LEED AP; cost engineering; building information modeling; computer aided design and drafting; certified communication designer possessing Registered Communications Distribution Designer (RCDD) with C4I system; mechanical engineering; electrical engineering; structural engineering; civil engineering; and sustainable design and development. ii. The principals and primary lead architect or engineer in each discipline must be registered to practice in the appropriate professional field in the U.S. iii. Qualifications will be evaluated for: Education; certifications; training; registration; overall and relevant experience; longevity with the firm; and experience in design of facilities related to Military Hardened Facility Shock Mitigation, SCIF, CPS, and EMP. c. Past Performance: i. Evaluation of relevance, recency (within 10 years), and quality of the A-E Offeror's performance of design work on projects of a similar scope and magnitude to the proposed KAOC design. ii. The evaluation will look at past performance in terms of cost control, quality of work, and compliance with performance schedules, and any derogatory information revealed from the background check. iii. Information on past performance will be obtained from Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS) and other sources, such as FAPIIS and eSRS for past compliance with approved subcontracting plans. SF330 Requirements for Criterion (c. Past Performance). Provide past performance information for a minimum of five (5) projects that have been listed in Part I, Section F. Include past performance information for all projects, if completed, listed in response to Selection Criterion (a). For U.S. Federal Government contracts, state the contract number. Provide a copy of the Contractor Performance Assessment Review System (CPARS) report for each U.S. Federal Government contract. Beyond the requirement to provide CPARS reports, where applicable, any credible, documented information on past performance may be submitted. Past Performance Questionnaires (PPQ) may be submitted to provide or supplement your past performance with other than U.S. Government clients. You may obtain a PPQ standard form by submitting a request via e-mail to the FED POC listed in this announcement. Both the CPARS and PPQ information will be included in the SF330 Part I submission and will NOT be counted toward the maximum page limit. d. Capacity to Accomplish the Work: Design capacity within a range between $30 million and $50 million within an estimated 24 month design period. e. Knowledge of the Locality - Knowledge of: Geological features at the project site; local climatic conditions; seismic requirements in the vicinity of Osan AB, Korea; and cost estimating for ROK funded project. f. Geographic Proximity: Location of the AE firm's key personnel in the general geographical area of Osan AB, Korea. g. Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit a SF 330 Part I and a SF 330 Part II (in PDF format) thru AMRDEC Safe Access File Exchange (SAFE) website at https://safe.amrdec.army.mil/safe/ to the following email addresses: pof-ct-proposals@usace.army.mil and to the Contract Specialist, Ms. Sin, Su-Yong at: Su-Yong.Sin@usace.army.mil, and be identified thereon as a proposal for the above mentioned requirement (For users without a CAC OR if your computer is not configured to read your CAC: Select button for Non-CAC users on the website, which will allow you to access SAFE as a guest). Please provide the following information in each of the relevant fields prior to transmittal of the SF 330 (Part I and II): 1) Name of person submitting SF 330 (Part I and II) - Use the name of individual signing SF 330 (Part I and II); 2) Email address of person submitting SF 330 (Part I and II) - Use the email address of the individual signing the SF 330 (Part I and II); 3) File information - Title the file in the following format: SYNOPSIS NUMBER-PROJECT TITLE-COMPANY NAME-; 4) Description of file(s). The description of the file shall include the synopsis number, project title, and company name. The SF 330 Part I and SF 330 Part II must be submitted no later than 9:00AM Korea Standard Time, May 16, 2017 (CST would be May 15, 2017 7:00PM CST). The SF 330 Part I shall not exceed 100 pages, including no more than 20 pages for Section H. The print size of a page shall be 8.5" x 11". Pages sized as 11" X 17" may be used for graphics and charts. Each side of a sheet of paper is a page. Use no smaller than 12 font size, except 10 font size for tables, charts, and graphics. Include the firm's DUNS number in SF 330, Part I, Section H. In Section H describe the firm's overall design quality control process. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. 5. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than 9:00AM Korea Standard Time, 18 April 2017 (CST would be April 17, 2017 7:00PM CST) to allow time for a response. On this date and time the portal will be closed. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Project Name is: (W912UM-16-R-0023) KAOC, Osan AB. The Bidder Inquiry Key is: APS2W3-REW7V7. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8:00AM to 5:00PM CST. The telephone number is 1-800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-16-R-0023/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers District, Far East, Unit #15546, ATTN: CEPOF-CT, APO AP 96205-5546, Seoul, Korea, South
 
Record
SN04487333-W 20170428/170427000338-6a45d81959041b3080ae4716a1658e95 (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  © 1994-2020, Loren Data Corp.