SOLICITATION NOTICE
Y -- CY10 YRP PN A09Y601 (C41011) Communication Center Special Area
- Notice Date
- 2/6/2014
- Notice Type
- Presolicitation
- 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
- W912UM14R0003
- Response Due
- 2/23/2014
- Archive Date
- 4/7/2014
- 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
- This Design-Bid-Build Procurement (Solicitation No. W912UM-14-R-0003) is being issued UNRESTRICTED. The Estimated price range is between $5,000,000 and $10,000,000. This award will result in a firm fixed price contract. IMPORTANT NOTE: Offerors must have a valid U.S. security clearance level of Top Secret in order to respond to this RFP. The RFP includes sensitive information which will be released only to offerors possessing the appropriate clearance. This Solicitation will be issued in TWO PARTS: PART I will evaluate the Offerors' security qualifications, experience and past performance. No pricing will be requested. Only offerors who participate in this step and are determined to possess the required qualifications will be eligible to participate and compete for award of this construction contract in PART II of this Solicitation. PART II will incorporate the full plans and specifications for the construction of this project. Award will be based on a negotiated quote mark lowest priced technically acceptable proposal quote mark procedure. The non-priced technical factors are as follows: Step 1: Factor 1 - Security Qualification; Factor 2 - Past Experience and Factor 3 - Past Performance. Step 2: Factor 1 - Construction Management Plan; Factor 2 - Construction Management Project Site Personnel Qualifications, and Factor 3 - Site Security Monitoring Service Qualifications. This project will construct a 4,600,000 Square Foot, secure facility containing administrative offices, an operation center, and data center located in an unfinished portion of the proposed Communication Center. Construction shall comply with ICD 705. The construction contractor is responsible for the fit-out of the interior space, including architectural finishes, lighting, power, HVAC, plumbing, information and communication infrastructure, and raised floor systems, fire sprinkler protection, Mass Notification and fire alarm systems, Intrusion Detections Systems (IDS) Installation, and access control systems. The facility shall comply with DoD Antiterrorism/Force Protection requirements and other threat mitigation measures. This project also includes the construction security monitoring services. The construction security surveillance contractor will be a sub-contractor to the construction prime contractor. The prime contractor firm shall be responsible for detailing, implementing, and maintaining a construction security program complying with the requirements contained in the ICD 705 for overseas secure facility construction for the duration of the contract. 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. The Site Security Manager (SSM) will not be employed by the construction firm completing the project. The secure facility to be constructed is subject to strict design, construction and operational requirements that limit contractor personnel nationality and activities, require strict security measures during all phases of development and require accreditation by the Accrediting Official as state in ODNI 705.3 The tentative dates are as follows: Issue Step 1 Solicitation: 24 February 2014 Closing date for receipt of proposals: 26 March 2014 Issue Step 2 Solicitation: 2 April 2014 Closing date for receipt of proposals: 7 May 2014 Contract Award: 2 June 2014 The period of performance is 501 days after issuance of Notice to Proceed One CD copy of Step 2 of the solicitation including plans and specifications will be mailed to Qualified Offerors from Step 1 of the solicitation by US Army Corps Far East District. There will be no charge for the solicitation documents. The contract award is restricted to U.S. firms with a Facility Clearance Level of Top Secret. There will be no reimbursement provided for services performed in response to this solicitation. All questions regarding this pre-solicitation notice shall be directed to following: Sun-Hyo Yang, Contract Specialist, Sun-Hyo.Yang@usace.army.mil Michael M. Miyagi, Contracting Officer, Michael.M.Miyagi@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM14R0003/listing.html)
- Place of Performance
- Address: USAG Humphreys, Korea USACE, FED, Unit #15546, Attn:CEPOF-CT-C Seoul AP
- Zip Code: 96205-0610
- Zip Code: 96205-0610
- Record
- SN03283619-W 20140208/140207000032-8deccb01cac28e17788859f2b592b84c (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 |