SOURCES SOUGHT
Z -- FY23 Project No. SMYU21-1011, Repair/Replace existing Heating, Ventilation, and Air Conditioning (HVAC) and Collective Protection System (CPS) systems for a Classified Facility, Korea Combat Operations Intelligence Center (KCOIC), B940, Osan Air Base, Kore
- Notice Date
- 12/14/2022 3:12:25 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FAREAST APO AP 96271-0000 USA
- ZIP Code
- 96271-0000
- Solicitation Number
- W912UM23R0007
- Response Due
- 1/5/2023 5:00:00 PM
- Point of Contact
- Michael M. Miyagi, Phone: 0503-355-6095
- E-Mail Address
-
Michael.M.Miyagi@usace.army.mil
(Michael.M.Miyagi@usace.army.mil)
- Description
- I. Notice: � a. This is a Sources Sought announcement for information only, to be used for preliminary planning purposes. �No proposals are being requested or accepted with this synopsis. �No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. �This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. � b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualification of interested U.S. construction prime firms who have the demonstrated capabilities and bonding requirement to complete and perform sustainment repair work on the HVAC and CPS system, and to address any questions, recommendations, or concerns from industry. � c. 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.� d. Award will be based on best value � trade-off source selection procedures.� e. The magnitude for this project is between $5,000,000 and $10,000,000. The bonding requirement is equivalent at least to the magnitude of this project � The construction contract is subject to specific limitation and availability of funds.� f. The requirements will be performed using, but not limited to, North American Industry Classification (NAICS) codes: 236220 for Commercial and Institutional Building Construction, Maintenance, and Repair. � II. Project Requirements: �� FY23 Project No. SMYU21-1011, Repair/Replace existing Heating, Ventilation, and Air Conditioning (HVAC) and Collective Protection System (CPS) systems for a Classified Facility, Korea Combat Operations Intelligence Center (KCOIC), B940, Osan Air Base, Korea. a. Description of Project: �The contractor shall provide all labor, materials, and equipment necessary to provide mechanical improvements to the current Heating, Ventilation, and Air Conditioning (HVAC) and Collective Protection System (CPS) systems for KOIC, B940, Osan Air Base, Korea. �This project includes sustainment repair work on HVAC system with the following principal features: replace cooling coil; repair Air Handling Unit (AHU); replace re-heating system for adequate Humidity control; replace hydronic system pumps and piping; replace/reconfigure chilled water distribution lines to all occupied and process supporting spaces; replace/upgrade HVAC controls to Direct Digital Control (DDC) system; commission the entire HVAC system after the completion of this project to validate interoperability of all components and demonstrate establishment and maintenance of Environmental Conditions required per design. �This project includes sustainment repair work on CPS system with the following principal features: replace the current outdated M49 filter CPS system with a new designed M98 CPS filter system; replace ducts, fans, dampers and actuators for the new CPS filter system; replace blast doors, seals and blast pressure relief valves; replace controls to electronic controls system; repair electrical system for the new filter system as necessary; system rebalancing; testing and commissioning prior to final acceptance; replace all of the fresh air/clean air duct distribution throughout the facility. �This project also provides repairs as necessary to be accomplished and includes selective demolition of components within the facility. �This project provides all necessary supporting facilities for a complete and usable M98 CPS and HVAC systems. �This project will comply with applicable DoD Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. � b. 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 Intelligence Community Directive (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 security 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 U.S. Prime (Required) for a full HVAC and CPS system repair to meet ICD/ICS 705 Technical Specifications identified in the Construction Security Plan and must possess a U.S. Facility Clearance Level (FCL) of TOP Secret. �The building will involve construction in secure and non-secure areas and will maintain active Secure Compartmentalized Information Facility (SCIF) operations during construction. �Approximately 80% of the HVAC work and 20% of the CPS work will require SCIF specifications and construction in accordance with ICD/ICS 705. � Only U.S. Persons defined under 8 U.S.C 1324b(a)(3) are authorized access to U.S. only area (SCIF) of Building 940 to perform HVAC and CPS renovation work under proper escort if personnel do not possess the appropriate security clearance for unescorted access. �Only U.S. Persons defined under 8 U.S.C. 1324b(a)(3) who work for a corporation/business/organization/group incorporated in the United States under U.S law; any part of U.S. government, are authorized access to Project information or authorized to support the Project in any capacity. �Local National labor (Restrictions apply) may be utilized for non-secure areas. � (2) Access Control Requirements: �Existing temporary site security systems and monitoring shall be implemented by U.S government and required for all construction personnel, deliveries, and visitors. � (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. Material not designated as inspectable according to the USG approved Construction Security Plan (CSP) must be securely shipped in strict accordance with the CSP requirements. Contractor is expected to develop and manage this secure shipping process from CONUS procurement through delivery to the designated secure storage area at Osan Air Base. c. Performance Period: �Approximate construction/contract completion time is 545 days from the date of 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 the sources sought notice. Responses to this sources sought notice 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 DCSA TOP Secret Facility Clearance Level (FCL). Sponsorship of an FCL will not be supported by this contract. (3)�� �Name of the company to include address, phone, and Point of Contract with e-mail address (4)�� �Company CAGE code and SAM Unique Entity Identity (EUI) Code� (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 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 value, location, and customer Point of Contact. �Limit your past performance information to three projects. � (6)�� �Identify any OCONUS past performance provide ICD/ICS 705 related security services or secure construction that is applicable to the scope of this effort being contemplated. (7)�� �Offerors Bonding Capability (construction bonding level per contract expressed in dollars) (8)�� �Offerors Joint Venture information, if applicable, existing and potential. (9)�� �Small business status to include 8(a), Hub-zone, Service-Disabled Veterans, and Women-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 at www.sam.gov only. �� c. Submit response and information (in PDF format) via e-mail to Mr. Michael M. Miyagi, Contracting Officer, CEPOF-CTC, Far East District, USACE, Email address: Michael.M.Miyagi@usace.army.mil and Ms. Sin, Su Yong, Contract Specialist, Suyong.sin@usace.army.mil. �Additionally, response must be received by 10:00 AM Korean Standard Time (KST), 6 January 2023. Any response received after this date will not be utilized in the Market Survey assessment. �Any interested contractors must be registered in SAM.gov to be eligible for award of Government contracts. � . � �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/20ee27571ee94592be2aab45bd887928/view)
- Place of Performance
- Address: Osan Air Base 96271, KOR
- Zip Code: 96271
- Country: KOR
- Zip Code: 96271
- Record
- SN06543960-F 20221216/221214230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |