Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOLICITATION NOTICE

Y -- FY19 P512 Tactical Operations Center - Attachments A and B

Notice Date
8/7/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Japan, Attn: CECT-POJ, Unit 45010, APO, 96338-5010, United States
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV18R0010
 
Point of Contact
Jennifer H. Knutson, Phone: 3156459068, Shyloe Werner, Phone: 315-645-4402
 
E-Mail Address
jennifer.h.knutson.civ@usace.army.mil, shyloe.a.werner.civ@usace.army.mil
(jennifer.h.knutson.civ@usace.army.mil, shyloe.a.werner.civ@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment B - Handling FOUO information Attachment A - Non-Disclosure Agreement The U.S. Army Corps of Engineers, Japan Engineer District is providing a PRE-SOLICITATION notice pursuant to FAR 5.204 for an upcoming solicitation. PROJECT INFORMATION Project Title: FY19 P512 Tactical Operations Center Project Location: Kadena AB, Okinawa, Japan Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between $5,000,000 and $10,000,000 Project Description: This MILCON funded project is for the modification of a controlled space in an existing building on Kadena AB, Okinawa, Japan. The construction and renovation include the following work: Civil work consists of excavation and grading for an antenna tower foundation and surface restoration for the installation of electrical and communications conduit from the building to the new antenna tower using directional boring. Structural work consists of a steel self-supporting antenna tower and associated foundation. Architectural work consists of construction of interior partitions, architectural finishes, interior doors and door hardware, electrical, communication, mechanical and fire alarm systems. Mechanical work consists of installing a mini split air condition unit and updating HVAC ductwork in affected areas. Electrical work includes modifications to the affected areas' power system and lighting and power for the relocated antenna. Telecommunication work includes exterior work, new fiber optic cabling in the building, and modifications to the existing Electronic Security Systems. SOLICITATION INFORMATION: 1. Procurement Method: The Government intends to issue a Request for Proposal (RFP) solicitation utilizing the Tradeoff Process outlined in FAR 15.101-1 and award a Firm-Fixed-Price construction contract as a result of the solicitation. 2. This procurement will be issued in accordance with FAR 4.403 and DFARS PGI 204.403 and comply with DOD 5220-22-M - National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-R - Industrial Security Regulation, and ICD-705 - Intelligence Community Directive 705. 3. Offeror's must have a valid U.S. Facility Clearance Level (FCL) of Top Secret or higher in order to receive and respond to the upcoming solicitation. This project includes contract plans, specifications, and drawings that are classified at a level which can only be released to offerors possessing the appropriate clearance. The Government anticipates the solicitation being available no later than October 2018. 4. If you have the proper FCL and are interested in this project, please submit the following to Jennifer.H.Knutson.civ@usace.army.mil and Shyloe.A.Werner.civ@usace.army.mil: a. Company Name, Address, and Point of Contact b. Commercial and Government Entity (CAGE) Code: The CAGE code will be used to validate your company's DoD Top Secret Facility Clearance Level (FCL). c. Completed and signed "Attachment A - Unclassified Information Non-Disclosure Agreement" for each individual that will have access to the FOUO solicitation documents. d. Completed and signed "Attachment B - Instruction for Handling and Dissemination of For Official Use Only (FOUO) Information" for each individual that will have access to the FOUO solicitation documents. e. Email address that correspondence related to this project can be sent. This email address should only be accessible by U.S. Citizens who (1) have executed the Attachment A and B above and (2) need to view the FOUO information to propose or perform on the contract. 5. No solicitation documents will be released until all information above has been received by the Government and FCL has been verified. If verified to have the proper Top Secret FCL, the Government will send solicitation documents once available via AMRDEC Safe Access File Exchange to the provided email address. 6. All interested companies shall be actively registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. Information on registration and annual confirmation requirements may be found at http://www.sam.gov. IMPORTANT NOTICE: Effective April 29, 2018, a notarized letter is required to be sent to the Federal Service Desk (FSD) on all CURRENT registrants at System for Award Management (SAM) who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the FSD will activate the entity's registration. Instructions concerning this procedure can be accessed from the FAQ link at the SAM website. Additional Information: Contracting Officer: Ms. Shyloe Werner Tel: 098-970-4402 Email: Shyloe.A.Werner.civ@usace.army.mil Contract Specialist: Ms. Jennifer Knutson Tel: 046-407-8839 Jennifer.H.Knutson.civ@usace.army.mil Contracting Office Addresses: U.S. Army Corps of Engineers, Japan District Okinawa Area Office Unit 35132 APO, AP 96374-5132 USACE-Japan District - Okinawa Area Office Contracting Bldg. 364, Room 116 Camp Foster Chatan-cho, Nakagami-gun Okinawa, Japan 904-0100
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV18R0010/listing.html)
 
Record
SN05023541-W 20180809/180807231041-641fed1fb9d2f831f7b378d0b46a4cea (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.