SOURCES SOUGHT
C -- Korea Air and Space Operations Center (KAOC), Osan Air Base, Republic of Korea
- Notice Date
- 7/28/2016
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- 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-0023
- Archive Date
- 8/29/2016
- Point of Contact
- Jin Y. Kim, Phone: 3157217273, Jisun Kang, Phone: 3157216090
- E-Mail Address
-
jin.y.kim@usace.army.mil, jisun.kang@usace.army.mil
(jin.y.kim@usace.army.mil, jisun.kang@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Far East District (POF) is conducting a MARKET SURVEY. This is not a solicitation or pre-solicitation announcement. This announcement is for information and preliminary planning purposes only. This notice is not to be construed as a commitment by the Government for any purpose other than a MARKET SURVEY. Respondents will not be notified of the results of the MARKET SURVEY. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The intent of this MARKET SURVEY is to identify capable firms interested in providing Architect-Engineer (A-E) design services meeting the project description. The proposed design requirement will be acquired in accordance with Public Law (PL) 92-582 "The Brooks Act" and FAR Subpart 36.6 acquisition procedures. The proposed work will be performed using, but not limited to, North American Industry Classification (NAICS) codes: 541310 for Architectural Services and 541330 for Engineering Services. POF anticipates soliciting and awarding an A-E design and engineering related support services described in the Project Description contract for the Korea Air and Space Operations Center (KAOC), Osan Air Base, Republic of Korea. PROJECT DESCRIPTION: The current concept for the proposed KAOC facility envisions construction of a hardened reinforced concrete facility of approximately 1,000,000 SF in size. The magnitude of construction for this requirement is more than $10,000,000. It is anticipated that elements of both US and Republic of Korea (ROK) units will utilize the facility, with up to 2,400 US and ROK personnel working within it at any given time. The Government's plan is to combine the missions of the existing Hardened Theater Air Control Center (HTACC) and the existing Korea Combat Operations and Intelligence Center (KCOIC) into one operational center within the KAOC, providing for command and control of air and space operations in the Korea Theater of Operations (KTO), as well as collection, analysis, exploitation, and dissemination of intelligence. The proposed KAOC facility is planned to include specific Intelligence Community Directive (lCD) 705 requirements to apply to design and construction of one or more Sensitive Compartmented Information Facilities (SCIFs). The selected A-E firm may be required to provide classified designs meeting Office of Director of National Intelligence promulgated ICD 705 requirements and ICD 705's application to design and construction of 'secured facility' projects. The security requirements for this project will require the design to be completed by a US Defense Security Service (DSS) cleared A-E firm only; as its scope will include design services for secure facilities such as SCIFs. The National Security Agency (NSA) will serve as the Accrediting Official (AO) for the design. Experience with and or ability to undertake NSA security design work will be required by the A-E which may ultimately be selected for the project. Key personnel of the A-E firm and any of its sub-contractor(s), will need to be US citizens and able to obtain security clearances as required; at no cost to the Government for securing either individual or facility clearances. Proposed KAOC features include administrative, operational, office, meeting & conference, storage, and support facilities as required to support its functions. Common elements of the KAOC will likely include multi-functional protected entrances, space for Collective Protection System (CPS) access, security, circulation, restrooms, electrical, communications, and heating, ventilation, and air-conditioning (HVAC) areas as required to make the KAOC complete and operational. Supporting facilities and systems will likely include information systems, energy monitoring and control systems, underground utilities, electric service, security lighting, and fire detection, alarm and suppression systems. Current plans call for Secure Work Areas (SWAs) within the KAOC for US only, Combined ROK-US, and ROK only mission requirements. The KAOC design will require separate design packages for separate construction phases to be performed by different construction contractors. A-E services that may be required to design the KAOC include comprehensive design and engineering services including, but not limited to, architectural, structural, electrical, mechanical, plumbing, fire protection, landscape architecture, interior design, facility planning (DD Form 1391 development), design and construction documents, related studies, investigations, preparation of detailed designs, and other associated architectural and engineering services. It is anticipated that the selected A-E firm must possess the following capabilities or experience in-house or through qualified sub-contractors with: Building Information Modeling (BIM); designing to LEED standards or utilizing Green Energy Alternatives; and preparing ROK Ministry of Defense - Defense Installation Agency (MND-DIA) format cost estimates. Geotechnical services in preparation of the proposed KAOC design will be performed by POF, with soil borings and Topographic Surveys being provided to the A-E firm for the design of this facility. The selected A-E firm will be required to possess an approved Department of Defense Cost Accounting System; or be capable of obtaining such an approved system, certified by the Defense Contract Audit Agency (DCAA). The Government will likely request audit data from of the A-E contractor's accounting system from the DCAA during negotiation of the proposal for the requirement. Your firm is invited to submit your expression of interest in this requirement and statement of your capabilities in performing the work identified in the project description. Responses to this NOTICE must contain the following information. 1) Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. 2) Name of the firm to include address, phone, and Point of Contact. 3) Company CAGE code and DUNS number. 4) Statement of Capability (SOC) stating your firm's experience, and knowledge required to perform this work (ICD 705 related work) under similar projects in the last five (5) years. Identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your firm's role was as a sub-contractor, describe the services your firm provided. For each project listed in your SOC as the prime contractor, please provide a title, total contract amount, and location. DO NOT submit a SF 330 in response to this NOTICE. The submission of your interest is not a prerequisite to any potential future offerings, your participation will assist POF in identifying sources with required capabilities. If a determination is made by the Government to compete this requirement, then a solicitation will be synopsized in FedBizOpps only (https:// www.fbo.gov ). Submit your expression of interest and information as a PDF format attachment to an e-mail, addressed to the Contract Specialist, Mr. Jin Y. Kim at: Jin.Y.Kim@usace.army.mil. Responses are requested by 10:00 AM Korea Standard Time, August 15, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-16-R-0023/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers District, Far East, Unit #15546, ATTN: CEPOF-CT, APO AP 96205-5546, Seoul, Korea, South
- Record
- SN04199203-W 20160730/160728234301-e4fd7eb6220ff26d77801a58efbcf723 (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 |