MODIFICATION
54 -- Temporary Sensitive Compartmented Information Facility
- Notice Date
- 7/5/2017
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 408th CSB (W912D1) RCO Kuwait, APO AE, 09366, Kuwait
- ZIP Code
- 00000
- Solicitation Number
- W912D1-17-R-0013
- Archive Date
- 7/27/2017
- Point of Contact
- Jeffrey M. Donaldson, , SSG Tom Green,
- E-Mail Address
-
jeffrey.m.donaldson2.mil@mail.mil, tom.greem3.mil@mail.mil
(jeffrey.m.donaldson2.mil@mail.mil, tom.greem3.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- *RFQ Response Date Extended to 12-July-2017 at 10:00am EST* purpose is to allow time to respond to an upcoming RFQ amendment responding to vendor questions. SEE ATTACHMENTS FOR RFQ AND CLAUSE ATTACHMENT REQUEST FOR QUOTE Requirement: Task Force Sinai Temporary-Sensitive Compartmented Information Facility Solicitation Number: W912D1-17-R-0013 Questions due 26 JUN 17 No Later Than 10AM EST to the both POCs Responses are due on the date indicated to both POCs This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, and the simplified procedures under FAR part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a full and open completion, no set-aside will be used. The NAICS code for this requirement is: 332311, Prefabricated Metal Building and Component Manufacturing Items 0001-0004 are listed below: 0001 T-SCIF (Brand Name or Equal to ARMAG, See attached SOW) Temporary-Sensitive Compartmented Information Facility configured for workstations, meeting area, access vestibule, and communications room. Structure shall be one piece. See attached SOW. QTY: 1 0002 SHIPPING, OCONUS FOB-Destination; Port of Ashdod, Israel 0003 DEFENSE BASE ACT Insurance Estimate, COST TYPE CLIN Not included in Total Evaluated Price 0004 CONTRACTOR FIELD SERVICE REPRESENTATIVE On-site installation assistance for connection of communications equipment and utilities OCONUS by U.S. Citizen from Civilian Company Period of Performance: 01-AUG-2017 to 30-SEP-17 POCs for this solicitation: Contracting Officer: Jeffrey Donaldson Jeffrey.M.Donaldson2.mil@mail.mil Contract Specialist: SSG Tom Green tom.green3.mil@mail.mil INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS 0001 120 dys. ADC 1 PORT OF ASHDOD, ISRAEL THOMAS K. VIERRA ASHDOD PORT COMPANY LTD PO BOX 9001 ASHDOD 77191 FOB: Destination 0002 N/A N/A N/A 0003 N/A N/A N/A 0004 POP 01-AUG-2017 TO 30-SEP-2017 N/A CAMP SOUTH, SINAI REGION, EGYPT FOB: Destination SOW STATEMENT OF WORK (SOW) TF SINAI T-SCIF 1. GENERAL: Temporary-Sensitive Compartmented Information Facility (T-SCIF). This requirement consists of one (1) single containerized unit meeting the Technical Requirements section of this document and TEMPEST standards. The structure is configured to include workstations, meeting area, access vestibule, and a communications room. The structure shall be one piece construction and transportable by lowboy trailer. The single containerized unit must be a pre-assembled box with phone communication, HVAC, lights, workstation outlets. The Contractor will provide on-site installation assistance with the connection of communication and utilities. 1.1 DESCRIPTION: Brand Name or Equal to ARMAG T-SCIF with the salient characteristics described in the Technical Requirements section of this document. 1.2. NEW MATERIALS: Unless otherwise described in this SOW, the contractor shall use only new materials in the requirement unless otherwise stated in this SOW. 1.3 REQUIRED DELIVERY: The contractor shall have 120 days after receipt of contract. 2.0 INDUSTRY STANDARDS: All design, material, means and methods shall be in accordance with the National Institute of Building Services, Whole Building Design Guidance (WBDG), and Unified Facilities Criteria (UFC) 1-200-01 latest edition. Note that this specification subordinates the entirety of the UFC. Where conflict exists between UFC 1-200-01 and other project specification, the more conservative criteria shall govern. The vendor should be cleared in accordance with Intelligence Community Directive (ICD) 705. 3.0 TECHNICAL REQUIREMENTS: EXTERNAL: Minimum 44 ft long x 15 ft wide x 10 ft high and maximum size 54 ft long x 20 ft wide x 12 ft high. • 6"x6"x1/4" tubular steel base frame, with four (4) anchor brackets welded to the frame at the corners, plus ¾" x 6" expansion anchor kits -two anchors at each bracket - for installation at the site. • Four (4) lifting eyes, at roof eave line, for unloading by crane. • Vinyl composition tile flooring, wall and roof system, designed for forced-entry protection incorporating military-grade hardwood behind a skin of continuously welded 1/4" thick mild steel. • All steel is primed-coated and exterior surfaces are finished with polyurethane. • Exterior floor, wall and ceiling assemblies, which meet or exceed STC 50 acoustic attenuation per ICD 705 Sound Group 4 requirements. • Compliance with ICD 705 Chapters 4/5. • All exterior cable penetrations, protected with dielectric couplings and aluminum junction boxes incorporating tamper switches, in compliance with ICD 705 Ch 3.G. • High security vault door, with NAPEC hasp and frame pins to meet forced entry requirements, plus stop and hold-open, and full-width bar-type panic device. • Interior finishes, including commercial vinyl tile flooring, painted AC plywood walls and ceiling, and wood base throughout, unless otherwise noted. • Interior lighting, using surface-mounted fluorescent fixtures providing at least 50fc at 36" above the floor. One switch per room is included. • Exterior lighting, including LED wall-pack over the entrance. • Combination battery-backup emergency light and illuminated EXIT sign, over each door in egress path. • Two (2) NFPA 780 Grounding kits, including mounting bracket on unit, plus 5lf of 7/16" stranded copper cable, 10ft of 3/4" copper-clad steel ground rod, and coupler, to be installed by qualified electricians at the site. • 240 volt, single phase, 50 hertz electrical service up to 115 amps including exterior disconnect and interior distribution panel. • Assistance with accreditation for completion of TEMPEST Checklist, Construction Security Plan (CSP) and Fixed Facility Checklist (FFC), (in accordance with Intelligence Community Directive (ICD) 705) and additional assistance with accreditation package submittal, including plans and product information. VESTIBULE (no less than 4ft 6in w x 14ft, no more than 6ft w x 14ft l) for protected access to Work Area per ICD 705 Ch 3.E.2 and 12, including: • Lockable exterior commercial metal door, frame and hardware mounted behind Vault Door. • Steel-faced wall construction between Vestibule and Work Area with STC 50 acoustic enhancement. • STC 53 / Sound Group 4 Interior Acoustic Door and frame with LKM 7003 / Kaba Mas X10 Lock Package meeting ICD 705 Ch 3.E, including 1.a, 2, 3, 5-8, 11. • Two (2) color CCTV cameras, one in Vestibule, and one external to the unit with field of view to perimeter and exterior pedestrian gate with monitor capable of viewing both feeds installed in Work Area and visible to all occupants. • Door Knob Lock and/or Dead Bolt Lock with cipher locks at work area entrance Control System at Work Area entrance. WORK AREA (no less than 30ft l x 14 ft w, no more than 35ft l x 20 ft w) configured with expandable capability consisting of 48 fiber-optic LAN drops, capable of accommodating fifteen (15) workstations, six (6) Voice over Internet Protocol (VoIP) telephones, two (2) video tele-conference (VTC) systems, three (3) printers, and a meeting area including: • Fifteen (15) Work Stations of the following types; Three (3) Joint Worldwide Intelligence Communications System (JWICS) stations and twelve (12) NIPRNET/SIPRNET stations. The NIPRNET/SIPRNET stations require two (2) separate ports to accommodate both networks at a single workstation. • Each work station shall have four (4) power outlets (60 total). • One (1) Wall-mounted Heating, Ventilation & Air Conditioning 3 ton (HVAC) package, to meet climate control requirements. System must include dehumidification and remote thermostat. Supply and Return Z-Ducts, with Acoustic Lining, man bars in perimeter openings, interior inspection ports for man bar openings - per ICD 705 Ch 3.G.7 and Figure 4 - and electronic sound masking in the return air duct. • Five (5) Dual Receptacle Drops per workstation area, including eight (8) distinct workstation areas, three (3) wall drops for printers, one (1) high-wall drop for CCTV monitor, and (2) high-wall drops or hard-wire connection for camera power supply. • One (1) dedicated 20-amp outlet for Customer-Furnished equipment; two (2) paper shredders and three (3) large printers. • Install fiber-optic LAN port drops to support (48) user workstations, Eight (8) fiber-optic LAN port drops per user location, capable of five (5) networks per user location, users will operate on six (6) port drops with two (2) spare drops for future network use (Communication Port Layout included; network A/B), three (3) printer station wall drop, six (6) VoIP telephones and two (2) drops for VTC systems (Communication Port Layout included). • Install drops for each individual as follow; USER (1): 2-NIPR, 1-SIPR, 1-JWICS, 2-TBD-Networks. USER (2): 1-NIPR, 2-SIPR, 1-JWICS, 2-TBD-Networks. USER (3): 1-NIPR, 2-SIPR, 1-JWICS, 2-TBD-Networks. USER (4): 1-NIPR, 2-SIPR, 1-JWICS, 2-TBD-Networks. USER (5): 1-NIPR, 1-Sipr, 1-JWICS, 3-TBD-Networks. (6P): 1-NIPR, 2-SIPR, 1-JWICS, 2-TBD-Networks. (7, VTC): 1-NIPR, 1-SIPR, 2-JWICS, 2-TBD-Networks. Check (Communication Port Layout) diagram for further information. • Install wall mounts for six (6) VoIP telephones (drawing included). • Install wall mounts for five (5) small-form factor desk-top workstations (drawing included). • Install wall mounts for key control box. • Install wall mount shelf for (2) VTC Systems each 21.4"h x 22.3"l x 6.8"d • Shelving for three (3) printers with maximum space but no less than 22"w x 20"d x 32.5"h and one (1) shredder 36.9"h x 22.8"w x 21.7"d • Two (2) GSA safes 21 3/4"w, 28 1/2"d, 48 1/4"h • Allow minimum spacing of 11 inches between small form factor desktops of different network-connected workstations. COMPUTER EQUIPMENT ROOM (no less than 9'0ft w x 15ft l, no more than 12ft 6in w x 20ft l) for electric panels, systems panels, and network cabinets, including: • Enhanced steel wall construction at exterior walls. • Framed wall inside SCIF perimeter including plywood finish on both sides. • Lockable interior commercial metal door and frame with closer and return air louver. • One (1) Wall-mounted Heating, Ventilation & Air Conditioning 3 ton (HVAC) package, to meet climate control requirements. System must include dehumidification and remote thermostat. Supply and Return Z-Ducts, with Acoustic Lining, man bars in perimeter openings, interior inspection ports for man bar openings - per ICD 705 Ch 3.G.7 and Figure 4 - and electronic sound masking in the return air duct. • Power distribution panel. • One Quad outlet for each of five (5) network cabinets. • Fiber Optic Network including cable, raceway distribution, and: • Four (4) secure, classified networks, each with a dedicated patch panel and 21.25" x 24" x 24.5" wall-mounted, front/back hinged lockable cabinet (Great Lakes WM series). • One (1) Non-secure network and one (1) VOIP phone line, each with patch panel in one 21.25" x 48" x 24.5" wall-mounted, front/back hinged lockable cabinet (Great Lakes WM series). • Network cabinets shall be spaced no less than 3 ft apart. SHIELDING: • TEMPEST doors, wall construction, power and line filters, Air filter/s installed in supplied baffles, HVAC filters, wave guide penetrations: • Shielded entry doors • Knife edge Shielded doors REQUIRED SPECIFICATIONS: • Manual Transfer Switch for connection of a backup generator. • Heavy-duty edge seal at vault door. • Corrosion resistant, extreme weather exterior coating. • Manufacturer's warranty for all defects in material and workmanship for a period of 12 months from date of shipment. DESIRED SPECIFICATIONS: • Rigid foam insulation to interior surfaces providing an additional R-10 thermal resistance value. DELIVERY: • OCONUS, FOB-Destination to Port of Ashrod, Israel. • Off-loading and placement to include crane service mobilization, fuel, crane operator and a flagger/rigger/oiler, demobilization and permits at port. • The Contractor shall be responsible for all Customs forms approvals, fees, taxes, tariffs, and duties. • The Contractor shall be responsible for all demurrage charges incurred. • The container will be transported by the Government to the site location. CONTRACTOR PROVIDED ON-SITE REPRESENTATIVE: • OCONUS on-site Installation support to include final cleaning and power, utilities, and communications system connection. • U.S. Citizen from Civilian Company. DoD UNIFIED FACILITIES CRITERIA COMPLIANCE: • Compliance with UFC 1 201 01 Non-Permanent DoD Facilities in Support of Military Operations, and is considered a Semi-Permanent facility intended for a more enduring presence with operational characteristics and functional performance similar to permanent construction' per Chapter 1, part 4 Facility Construction Levels, sub-part 3. Intended for use by ‘...combat capable, able-bodied personnel only' per Chapter 1, part 11 Accessibility. • Fire suppression is not required, per Chapter 3 Part 3 Fire Protection, subpart 1.1.1 option a (floor area < 6,000sf), and does not require a Fire Alarm System (floor area < 5,000sf). The building can be positioned no less than 30ft from other structures, per subpart 1.1.2 (Assembly) Building Separation or subpart 1.2.2 (Business) Building Separation; or can be positioned no less than 60ft from other structures, per subpart 1.6.2 (Storage) Building Separation. • Compliance with UFC 4 010 01 DoD Minimum Antiterrorism Standards for Buildings, specifically as an Expeditionary Structure per Chapter 1, part 8, subpart 10, which specified compliance with Appendix D as the minimum, but the more stringent requirements of Appendix B are preferred. Refer to UFC 1 201 01 Chapter 1, part 9. • Compliance with ICD 705 Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities, Version 1.3, and with UFC 4 010 05 Sensitive Compartmented Information Facilities Planning, Design, and Construction. Security In Depth includes, Per Chapter 2, part B, subpart 3a-e, at least one of the following: US personnel response force, separate access controls and alarms, alarmed space surrounding the SCIF, fenced compound with a controlled gate, or other strategies at the direction of the AO. • Meets the requirements of ICD 705 Chapter 3 for Fixed Facilities: enhanced wall construction complies with ICD 705 Chapter Three, section C.5.b. • Compliance with local building code requirements with review and plan-check drawings conducted by contractor 4.0 REFERENCES: • National Institute of Building Services, Whole Building Design Guidance (WBDG), and Unified Facilities Criteria (UFC) 1-200-01 latest edition • Intelligence Community Directive (ICD) 705. • UFC 4 010 05 Sensitive Compartmented Information Facilities Planning, Design, and Construction • UFC 4 010 01 DoD Minimum Antiterrorism Standards for Buildings, specifically as an Expeditionary Structure per Chapter 1, part 8, subpart 10 • UFC 1 201 01 Chapter 1, part 9 • DoDM 5105.21-V2, October 19, 2012 5.0 DEFINITIONS AND ACRONYMS: The following terms will or may be encountered by the contractor during the course of executing this contract and are hereby defined for clarification: 5.1 DEFINITIONS: The United States Government (USG) Contracting Officer (KO): The only person authorized to make changes to this contract for the USG or the US Army. Contracting Officer's Representative (COR): A person authorized by the KO to represent the KO for limited specific functions. Primarily to provide technical interpretations of the contract documents. The COR does not have the authority to change the contract. This person may also be referred to as a KO's Representative (COR), Quality Assurance Representative (QAR), or Quality Assurance Evaluator (QAE). 5.2 ACRONYMS: ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CE Conformite' Europe'enne CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation IBC International Building Code IFC International Fire Code IPC International Plumbing Code KO Contracting Officer MDB Main Distribution Box NEC National Electrical Code NFPA National Fire Protection Association NTP Notice to Proceed OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) PIPO Phase In/Phase Out POC Point of Contact POP Period of Performance PRS Performance Requirements Summary QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control SOW Statement of Work TBD To Be Determined TE Technical Exhibit UFC Unified Facilities Criteria UFGS Unified Facilities Guide Specifications UL Underwriters Laboratories UON Unless Otherwise Noted USAF United States Air Force USG United States Government WAWF Wide Area Work Flow WBDG National Institute of Building Sciences, Whole Building Design Guide _____________________DOCUMENT ENDS HERE______________________ 52.212-1 Instructions to Offerors JAN 17 (ADENDUM) Provide a quote valid for 30 calendar days. Quoted price shall be FOB DESTINATION (OCONUS SHIPPING- Port of Ashdod, Israel) Please provide any additional discounts(s) that might apply to this order. Required delivery: 120 Days after Contract Award SUBMISSION OF OFFERS. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (8) Acknowledgment of Solicitation Amendments; (9) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. CONTRACT AWARD. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. UNIQUE ENTITY IDENTIFIER. Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation ``Unique Entity Identifier'' followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. SYSTEM FOR AWARD MANAGEMENT. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database, https://www.acquisition.gov. (End of provision) 52.212-2 (OCT 14) EVALUATION (ADENDUM) - Commercial Items: Price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This acquisition uses FAR Part 13 Simplified Acquisitions Procedures, granting the Contracting Officer (KO) broad discretion in source selection. The following factors shall be used to evaluate offers: Price. The evaluation standard will be price. Offers must include enough detail to evaluate compliance with the requirements in the solicitation, to include the salient characteristics and the required delivery schedule. Failure to address all requirements in the solicitation, including but not limited to the salient characteristics, may result in the contractor not being further evaluated for the award. In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote meets the specifications and requirements identified in the solicitation. Past performance is not an evaluation factor, but shall be used in determining contractor responsibility IAW FAR 9.104. The KO will ensure any award is made at a fair and reasonable price. Award will be made without holding discussions; however, the Government reserves the right to hold discussions if required. A written notice of award or acceptance of an offer, emailed to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cf00dbcf8dfe0dc7f5eb3fdb33b07771)
- Place of Performance
- Address: Container Manufacture: United States, Container Delivery: Port of Ashrod, Israel, On-site Contractor Representative: Camp South, Sinai, Egypt, United States
- Record
- SN04568032-W 20170707/170706000339-cf00dbcf8dfe0dc7f5eb3fdb33b07771 (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 |