SOURCES SOUGHT
38 -- CY10 A10Y109 (C4I080) KORCOM Operations Center, USAG Humphreys, Korea
- Notice Date
- 3/13/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, AP 96205-0610
- ZIP Code
- 96205-0610
- Solicitation Number
- W912UM13R0013
- Response Due
- 3/22/2013
- Archive Date
- 5/12/2013
- Point of Contact
- Tong-Hui Yi, 01182222707436
- E-Mail Address
-
USACE District, Far East
(tong-hui.yi@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- I. Synopsis: a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Far East District (FED) anticipates the issuance of a Request for Proposal and the award of a firm-fixed price construction contract for the KORCOM Operations Facility quote mark C4I080 quote mark at USAG Humphrey's, Korea. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested U.S.construction prime contract firms who have the demonstrated capabilities and bonding to complete and perform a contract of this complexity, and to address any questions, recommendations, or concerns from Industry. c. Description of Project: This project will construct a 328,000 Square Foot, two-story, below grade heavily reinforced Facility containing administrative offices, operation centers, data centers, and large utility plant with redundant capability. Construction shall comply with ICD 705 DoD Standards for Overseas construction. Reinforced, mass concrete and cast in place concrete will be used for floors, walls, and roof. Building will have a concrete mat foundation with tension piles. Utility plant will house backup power generators, transformers, electrical switchgear, chillers, hot water boilers, uninterruptable power systems, Chemical, Biological, Radiation filtration, and various pumps. Utility plant will also include fuel storage tank, domestic water, chilled water, sewage holding tank, and fire suppression system water tanks. Building envelope is heavily reinforced concrete and includes freight and passenger elevators, multiple blast doors and compartmentalization. Facility, shall comply with DoD Antiterrorism/Force Protection Requirements and other threat mitigation measures. Supporting facilities include backfill of previously excavated and constructed Permanent Earth Retention System (PERS), dewatering, and water, sewer, electrical, and communication connections to existing utility systems. d. Security Requirements: The following special procedures must be followed during construction, in accordance with ICD 705 standards. (1) Clearance Requirements for Construction: Prime contractor Firm shall be a US Prime (Required) to manage and construct the facility with a Facility Clearance Level (FCL) and Safeguarding capability granted by the Defense Security Service (DSS). Local National labor (Restrictions apply) may be utilized to build and perform general construction; such as, the concrete foundation and walls; plumbing, electrical, and communications infrastructure; fire detection and suppression systems; and HVAC systems. (2) Access Control Requirements: A project site pass system shall be implemented by FED and required for all construction personnel, deliveries and visitors. The construction site access control process is required, and will include an effective screening and searching procedures for the ingress and egress of the construction area. Signage will be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to the construction area. (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 within the construction area or a secured storage area must be used. e. Magnitude of Project: The magnitude for this project is between $100,000,000 and $250,000,000. The construction contract is subject to specific limitation and availability of funds. f. Performance Period: Duration of construction is 730 calendar days from Notice to Proceed or Award date. II. REQUIREMENT: a. Negotiated procedures resulting in a firm fixed price contract. b. 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. c. Award will be based on trade-off source selection procedures. d. Anticipated solicitation issuance date is 6 November 2013. Proposal due date will be determined later. e. Offerors response to this Synopsis shall be limited to 50 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 50 page limitation) Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to meet project requirements. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past ten (10) years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors Bonding Capability (construction bonding level per contract expressed in dollars). Offerors Joint Venture information, if applicable, existing and potential. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 10:00 hrs (KST) 22 March 2013, Korea Standard Time. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: Mr. Michael M. Miyagi, Contracting Officer, CEPOF-CT-C, Far East District, Email address: Michael.m.miyagi@usace.army.mil. Email is the preferred method when receiving responses to this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM13R0013/listing.html)
- Place of Performance
- Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP
- Zip Code: 96205-0610
- Zip Code: 96205-0610
- Record
- SN03010352-W 20130315/130313234200-f7d6c83e34ea613457777fe0b5e15b11 (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 |