Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

Z -- 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

Notice Date
5/23/2023 5:25:12 PM
 
Notice Type
Presolicitation
 
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
7/19/2023 6:00:00 PM
 
Point of Contact
Tok Kyong Kim, Phone: 05033559109, Jennifer Ko, Phone: 05033556060
 
E-Mail Address
tokkyong.kim@usace.army.mil, jennifer.i.ko@usace.army.mil
(tokkyong.kim@usace.army.mil, jennifer.i.ko@usace.army.mil)
 
Description
This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.204.� The U.S. Army Corps of Engineers, Far East District hereby announces its intent to issue a solicitation entitled, �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,� as described within this announcement.�� This design-bid-build procurement and negotiated procedures will result in a firm fixed price contract.� The Government intends to issue a formal solicitation via a Best Value/ Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP) in accordance with FAR Part 15, which will follow this announcement.�� The formal solicitation will be made available for viewing and downloading on or about June 20, 2023.� ������� Offerors must have a U.S. Top Secret Facility Clearance Level (FCL).� The solicitation specifications and design will be RELEASED ONLY to Offerors who possess a current U.S. Top Secret Facility Clearance Level (FCL) to ensure that all FOUO/classified documents are controlled and released only to Offerors with the appropriate security clearance.� The procurement will require any interested Offerors to complete and sign the Controlled Unclassified Non-Disclosure Agreement.� All Controlled Unclassified Information must be handled in accordance with the National Industrial Security Program Manual (NISPROM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 522.22-R).���� Security Qualification of Offerors. The Offerors will be required to submit for evaluation documentation that establishes each Offeror�s security qualification, which must be in effect and valid at the time of submission of the documentation.� The Government will validate and determine the Offerors� security qualification before the solicitation specifications and designs are released to the Offerors.�� Requests for Proposals from Qualified Offerors. Only those Offerors that meet the security requirement will be allowed to participate in submission of their technical and price proposals under this solicitation.� Note:� To be eligible and to receive an award the Offeror Top Secret Clearance must be in effect and valid at the time of award.��� The Government will accept the following documents via email to the following individuals:� jennifer.i.ko@usace.army.mil and tokkyong.kim@usace.army.mil.� Provide the following information. 1.� Request in the Offeror�s Company Letterhead:� Solicitation Number; the name, address, and telephone, and email of the Offeror; and 2. Signed Controlled Non-Disclosure Agreement; 3. Offeror�s Commercial and Government Entity (CAGE) Code.� This information must match what is registered in JPAS.�� Contractors must also register in SAM.gov under the solicitation as an interested party.� The Design and Specifications will only be released to Offerors through SAM.gov that have current FCL of Top SECRET� (PGI 204.402 (2)). �Access shall be granted within 24 hours (not including request received on weekends in Korea).� Failure to receive approval to the Design and Specifications will make you ineligible for award.�� This design-bid-build procurement and negotiated procedures will result in a firm fixed price contract.� Award will be based on Base Value � Lowest Price Technically Acceptable (LPTA) source selection procedure.� This procurement will provide a construction contract for a Classified Facility project located in Osan Air Base, Korea.� 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.� Site security will be provided under a separate Construction Surveillance Monitoring (CSM) services contract. In addition, special procedures must be followed during construction in accordance with ICD 705 series documents and each project�s Construction Security Plan (CSP). ��� In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor must have the capability to perform at least 20% of the contract work with his/her own employees. The magnitude for this project is between $5,000,000 and $10,000,000.� The construction contract is subject to specific limitation and availability of funds.� All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factor 1 � Past Performance � Prime Contractor Factor 2 � Price Performance Period: Duration of construction is five hundred forty-five (545) calendar days from Notice to Proceed. The tentative dates are as follows: Issue RFP:� 20 June 2023, Korea Standard Time (KST) Site Orientation: 30 June 2023, KST Closing date for receipt of proposals:� 20 July 2023, KST �� Contract Award: 30 September 2023, KST
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/810e998c99b8420d9bf6bfe23d6baec7/view)
 
Place of Performance
Address: Osan Air Base, Gyeonggi-do, KOR
Country: KOR
 
Record
SN06691688-F 20230525/230523230119 (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 |
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.