SOURCES SOUGHT
Y -- BCTC Secure Facility
- Notice Date
- 8/1/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, 96205-0610, Korea, South
- ZIP Code
- 00000
- Solicitation Number
- W912UM-16-R-0021
- Archive Date
- 9/1/2016
- Point of Contact
- Nicholas Johnnston, Phone: 7213156095, Tok Kyong Kim, Phone: 82222707478
- E-Mail Address
-
nicholas.i.johnston@usace.army.mil, tok-kyong.kim@usace.army.mil
(nicholas.i.johnston@usace.army.mil, tok-kyong.kim@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 YRP A09Y617, C4I090, BCTC Secure Facility, USAG Humphreys, 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 985 Square Meter, one story, secure facility containing training space, administrative offices, and support spaces. Construction shall comply with ICD 705. The construction contractor is responsible for the primary facility including a 500KVA diesel generator, first floor structural slab, pile foundation, intrusion detection system (IDS) and CCTV, and building information systems (ISCE). The supporting facilities include electrical, water, sewer, gas, paving, walks, curbs, gutters, storm drainage, site improvements and demolition, and exterior security system. The facility shall comply with DoD Antiterrorism/Force Protection Requirements, including a mass notification system, and site measures outlined in UFC 4-010-01, and other threat mitigation measures. Full fire protection is required by regulations and UFC 3-600-01 to include fire alarm/suppression system. d. 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 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 secure facility. At a minimum, the construction security program shall include, but not be limited to the following: (1) Personnel Nationality and Clearance Requirements for Construction: Prime contractor Firm shall be a company possessing a US Top Secret Facility Clearance Level (FCL) and Safeguarding capability granted by the Defense Security Service (DSS). Work for this contract shall be performed by US cleared personnel. With government approval, vetted local national labor (Republic of Korea Citizens only) may be allowed to perform general construction work such as; concrete construction, and general mechanical, plumbing, electrical, and communications infrastructure under surveillance by Top Secret cleared technicians. If Top Secret cleared technicians are used for this contract, the Prime contractor firm shall be responsible for all costs associated with said personnel, as well as coordination with construction activities to ensure that the work is accomplished without compromise to the construction security program. (2) Access Control Requirements: The Prime contractor shall maintain a secure construction site perimeter. A site wide badging system meeting ICD 705 requirements for overseas secure facility construction shall be implemented by the Prime contractor to control site access for all construction personnel, deliveries and visitors. The construction site access control process shall be staffed with properly trained US Secret cleared personnel and shall include effective screening and search procedures for the ingress and egress of the construction area. Signage shall 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: Material to be used for this project shall be procured securely as required by the ICD 705 for overseas secure facility construction. Non-inspectable materials to be used for this project shall be shipped securely to the construction site. Inspectable materials to be used for this project shall be inspected prior to use. All aspects of secure procurement, transit, inspection, and storage of materials for this project shall be the responsibility of the Prime contractor. e. Magnitude of Project: 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. f. Performance Period: Duration of construction is 599 calendar days from Notice to Proceed. II. REQUIREMENT: a. The project solicitation will consist of two (2) steps. Step I - Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Step I. The USACE will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth. The construction firms will be required to possess the minimum facility clearance of Top Secret and have experience in the construction of overseas secure facilities projects under the requirements of ICD 705. The USACE may refuse to pre-qualify any Offeror receiving less than a satisfactory rating on any evaluation factor or sub-factor. Step 2 - Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified in accordance with Step I will be issued a formal Request for Proposal (RFP) for the project and invited to submit proposed technical factors and pricing in Step II. The RFP will include a statement of work, standards, and criteria for the project that set out the project scope, construction requirements and restrictions, construction documentation, construction expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. b. In accordance with Federal Acquisition Regulation (FAR) guidance 36.501 (a)(2), 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 Low Price Technically Acceptable to the Government. Only offerors who are pre-qualified during Step I of the solicitation will be considered for contract award. d. Anticipated solicitation issuance date for Step I is in 6 September 2016. The estimated proposal due date for technical proposals is expected to be in 5 October 2016. Step II of the solicitation is anticipated to be sent to qualified firms in 14 October 2016. The estimated proposal due date for Step II proposals is 15 November 2016. 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 Facility Clearance Level information. 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 04:00 P.M., 17 August 2016, Hawaii Standard Time. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: Mr. Nicholas I. Johnston, Contracting Officer, CEPOF-CTC, Far East District, Email address: Nicholas.I.Johnston@usace.army.mil and to Mrs. Kim, Tok-Kyong, Contract Specialist, CEPOF-CTC, Far East District, Email address: tok-kyong.kim@usace.army.mil. EMAIL is the ONLY METHOD when receiving responses to this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-16-R-0021/listing.html)
- Place of Performance
- Address: USAG Humphreys, Pyongtaek, Korea, South
- Record
- SN04202839-W 20160803/160801234318-a8f406c693bf2ae701e5c198b9e86afc (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 |