Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2018 FBO #5935
SOLICITATION NOTICE

Y -- C4I090, Battle Command Training Center (BCTC) Secure Use Facility, USAG Humphreys, Korea

Notice Date
2/20/2018
 
Notice Type
Presolicitation
 
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-18-R-0002
 
Archive Date
3/23/2018
 
Point of Contact
Tok Kyong Kim, Phone: 82205033216109, Nicholas Johnnston, Phone: 82205033216095
 
E-Mail Address
tok-kyong.kim@usace.army.mil, nicholas.i.johnston@usace.army.mil
(tok-kyong.kim@usace.army.mil, nicholas.i.johnston@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
a. Design-Bid-Build Procurement and 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 best value- trade-off source selection procedures using two phases. d. Magnitude of Project: The magnitude for this project is between $10,000,000 and $25,000,000. The construction contract is subject to specific limitation and availability of funds. II. Requirements: a. Description of Project: This project will construct a 10,600 Square Feet, 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. b. 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 Secret Facility Clearance Level (FCL) and Safeguarding capability granted by the Defense Security Service (DSS). Work for this contract shall be performed by personnel who have a valid U.S. security clearance of SECRET or higher. 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. Work must be accomplished without compromise to the construction security program. (2) Access Control Requirements: The security contractor will maintain a secure construction site perimeter, which the Prime contractor must comply with. Site security measures include screening and search procedures for the ingress and egress of 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 and transit for this project shall be the responsibility of the Prime contractor. c. Performance Period: Duration of construction is 630 calendar days from Notice to Proceed. d. Proposal Submission This Solicitation will be issued in TWO PHASES: PHASE I will verify the Offerors' security qualifications. No pricing will be requested. Only offerors who participate in this step and are determined to possess at least a current Secret Facility Clearance will be eligible to participate and compete for award of this construction contract in PHASE II of this Solicitation. Also joint venture agreement is required if applicable. If the Offeror is a joint venture, the joint venture must possess a minimum Secret FCL at the time the joint venture submits its Step 1 proposal. • Factor 1 - Facility Clearance (FCL) - Security Qualification PHASE II will incorporate the full plans and specifications for the construction of this project. Award will be based on the source selection "trade-off" process that allows for a tradeoff between non-cost factors and price and allows the Government to accept other than the lowest priced proposal or other than the highest technically-rated proposal to achieve a best value contract award. The non-priced technical factors are as follows: • Factor 2 - Past Experience (Prime Contractor) • Factor 3 - Project Schedule (Prime Contractor) • Factor 4 - Organization and Management • Factor 5 - Past Performance • Factor 6 - Key Personnel Qualification All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. • The tentative dates are as follows: • Issue Step 1 Solicitation: 12 March 2018 • Closing date for receipt of proposals: 11 April 2018 • Issue Step 2 Solicitation: 30 April 2018 • Closing date for receipt of proposals: 30 May 2018 • Contract Award: 30 June 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM-18-R-0002/listing.html)
 
Place of Performance
Address: USACE, Far East District, Unit 15546, APO, AP 96205-5546 USAG Humphreys, Pyongtaek, Korea, South
 
Record
SN04829196-W 20180222/180220232120-2f3303e623f3331f73f157c17b2527c5 (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.