Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
SOURCES SOUGHT

C -- 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.

Notice Date
7/31/2013
 
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
W912UM-13-R-0024
 
Response Due
8/15/2013
 
Archive Date
9/29/2013
 
Point of Contact
david j. kim, 82-2-2270-7478
 
E-Mail Address
USACE District, Far East
(david.j.kim@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis Solicitation Number: W912UM-13-R-0024 Notice Type: Sources Sought 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 fit-up of a 15M2 unfinished room (ACOS 05 Room) on the 2nd floor of the CNFK HQ facility at Busan, Korea. The CNFK HQ facility will be constructed via separate contract and is not part of the work described in this synopsis. Fit-up of the ACOS 05 Room will occur after completion of construction, via separate project, of the CNFK HQ facility. 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: C4I120 provides for finishing the ACOS 05 room and will require design and construction of a communication center inside the existing unfinished ACOS 05 room in accordance with requirements of Intelligence Community Directive (ICD) 705 and IC Tech Spec for ICD/ICS 705 leading to successful accreditation as a SCIF space by the Accrediting Official (AO). A brief scope description is as follows: (1)Install wall, raised floor and drop ceiling finishes. The C4I120 (ACOS O5 room) designer/contractor may propose to use either traditional sheet rock construction meeting the requirements for quote mark wall B quote mark or quote mark wall C quote mark as defined by IC Tech Spec for ICD/ICS 705 or pre-fabricated panels that would meet or exceed the technical requirements of quote mark wall B quote mark or quote mark wall C quote mark. (2)Install shielding in the ACOS O5 Room walls, floor and ceiling. (3)Install the door frame, door, and door lock hardware. (4)Penetrate the concrete wall between the ACOS O5 Room and adjacent SIPR closet and install conduit, wiring, boxes, and receptacles for electrical power for the ACOS O5 Room. (5)Penetrate the concrete wall between the ACOS O5 Room and adjacent SIPR closet and install conduit, wiring, boxes, and receptacles for communications systems for the ACOS O5 Room. (6)Install a stand-alone heating, ventilation and air condition system using supply and return air from the rest of the HQ building. The ACOS O5 Room contractor would remove the caps on the supply and return air ductwork and install ductwork as required in the ACOS O5 Room. (7)Install a video surveillance system. The camera would monitor the entrance from the adjacent operations department space. The monitor would be inside the ACOS O5 Room. (8)Install an access control system. The system would be controlled from within the ACOS O5 Room except for the keypad/card reader, which would be mounted on the wall next to the doorway from the adjacent operations department space. (9)Install an intrusion detection system. Install sensors on the door and interior of the ACOS O5 Room. Install the alarm in the guard room on the first floor of the HQ building. Penetrate the concrete wall between the ACOS O5 Room and the adjacent SIPR closet and use the conduit installed by the CNFK HQ contractor as the pathway between the sensors and the alarm. D. Security Requirements: The following special procedures must be followed during construction, in accordance with ICD 705 standards. (1) Clearance Requirements for Construction: All contractor and subcontractor personnel for the ACOS O5 Room project (C4I120) must be TOP SECRET cleared and have contract responsibility for meeting CSP requirements during all phases of contract performance including design, material acquisition, material transportation, material storage, construction, and fit up. (2) Access Control Requirements: A project site pass system will be implemented by FED and shall be required for all construction personnel, deliveries and visitors. The construction site access control process is required and will include effective screening and searching procedures for ingress and egress of the construction area. Signage will display prohibited 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 $250,000 and $500,000. The construction contract is subject to specific limitation and availability of funds. F. Performance Period: Duration of design and construction is 360 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 Lowest Price Technically Acceptable source selection procedures. D. Anticipated solicitation issuance date is November 2013. Proposal due date will be determined later. E. Offerors response to this Synopsis shall be limited to 20 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 20 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 design, construction, comparable work performed within the past five (5) 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) 3 September 2013, Korea Standard Time. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: Mr. Bumjoon J. Pak, Contracting Officer, CEPOF-CT-C, Far East District, Email address: bumjoon.j.pak@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Contracting Office Address: USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, APO AP 96205-5546 Place of Performance: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP 96205-0610 KR Point of Contact(s): David J. Kim DSN) 315-721-7329, Comm) 82-2-2270-7478
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-13-R-0024/listing.html)
 
Place of Performance
Address: USACE District, Far East Unit 15546, Attn:CEPOF-CT, Seoul AP
Zip Code: 96205-0610
 
Record
SN03133965-W 20130802/130801000739-7f99aac2fe910b5eee260345a9c2cf4d (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.