SOLICITATION NOTICE
Y -- Construction of New Black Hat Facility (C41040)
- Notice Date
- 3/29/2020 7:24:26 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FAREAST APO AP 96271-0000 USA
- ZIP Code
- 96271-0000
- Solicitation Number
- W912UM20R0001
- Response Due
- 4/23/2020 6:00:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Jennifer Ko, Phone: 05033556060, Su Yong Sin, Phone: 3157556142
- E-Mail Address
-
jennifer.i.ko@usace.army.mil, su-yong.sin@usace.army.mil
(jennifer.i.ko@usace.army.mil, su-yong.sin@usace.army.mil)
- Description
- Offerors must have a U.S. Facility Clearance Level (FCL) of Secret.� The solicitation specifications and design will be RELEASED ONLY to Offerors who possess a current U.S. Facility Clearance Level (FCL) of SECRET to ensure that all FOUO/classified documents are controlled and released only to Offerors with the appropriate security clearance.� The procurement will require any interested Offerors to complete and sign the Controlled Unclassified Non-Disclosure Agreement.� All Controlled Unclassified Information must be handled in accordance with the National Industrial Security Program Manual (NISPROM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 522.22-R).���� Security Qualification of Offerors. The Offerors will be required to submit for evaluation documentation that establishes each Offeror�s security qualification, which must be in effect and valid at the time of submission of the documentation.� The Government will validate and determine the Offerors� security qualification before the solicitation specifications and designs are released to the Offerors.�� Requests for Proposals from Qualified Offerors. Only those Offerors that meet the security requirement will be allowed to participate in submission of their technical and price proposals under this solicitation.� Note:� To be eligible and to receive an award the Offeror Secret Clearance must be in effect and valid at the time of award.��� The Government will accept the following documents via email to the following individuals:� jennifer.i.ko@usace.army.mil and Nicholas.johnston@usace.army.mil.� Provide the following information 1.� Request in the Offeror�s Company Letterhead:� Solicitation Number; the name, address, and telephone, and email of the Offeror; and 2, Signed Controlled Non-Disclosure Agreement; 3. Offeror�s Commercial and Government Entity (CAGE) Code.� This information must match what is registered in JPASS.�� Contractors must also register in beta.sam.gov under the solicitation as an interested party.� The Design and Specifications will only be released to Offerors through beta.sam.gov that have current FCL of SECRET or higher (PGI 204.402 (2)). Access shall be granted within 24 hours (not including request received on weekends in Korea).� Failure to receive approval to the Design and Specifications will make you ineligible for award.�� �This design-bid-build procurement and negotiated procedures resulting in a firm fixed price contract.� Award will be based on best value � trade-off source selection.� This procurement will provide a construction contract for a Classified Facility project within U.S. Army Garrison (USAG) Humphreys, Korea. The contractor will be responsible for the interior and exterior construction of the Blackhat Facility, a two-level, roughly 100,000 square foot building. Site security will be provided under a separate Construction Surveillance Monitoring (CSM) services contract. In addition, special procedures must be followed during construction in accordance with ICD 705 series documents and each project�s Construction Security Plan (CSP). ��� The work includes constructing a Primary Facility building with access control/entry, training rooms, server room, document destruction area and systems, conference rooms, loading/service areas, latrines, and mechanical and electrical equipment rooms.� Construction includes specialized foundation, structure to support roof mounted antennae, redundant mechanical and electrical systems with installation of backup power generators, raised floor throughout, specialized communications, building information systems, fire detection, alarm, and suppression systems, infrastructure for intrusion detection system (IDS), closed circuit TV (CCTV).� The work includes all architectural, structural, mechanical, electrical and communication work; utility lines within 5 feet from the building perimeter; and all other work, including final connections, testing, and all incidental work items necessary for a complete and usable facility. The attached is the draft RFP.�� The formal solicitation will be made available for viewing and downloading on or about March 23, 2020.� 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. The magnitude for this project is between $50,000,000 and $100,000,000.� The construction contract is subject to specific limitation and availability of funds.� All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Factor 1 � Past Experience � Prime Contractor Factor 2 � Past Performance Factor 3 � Organization and Management Plan Factor 4 - Price Performance Period: Duration of construction is one thousand� two hundred ten (1,210) calendar days from Notice to Proceed. NOTE:� The technical specs and drawings are controlled access document.� Request to access to controlled attachments of the technical specs and drawings (total 9 attachments).��� Prospective Offerors shall submit contracting and technical inquiries and questions concerning this solicitation document via Bidder Inquiry in ProjNet at www.projnet.org/projnet.� The Solicitation Number is: W912UM20R0001.� The Bidder Inquiry Key is: Q6WP73-7NWJBV. The last day to submit RFIs is Friday, April 14, 2020, 2:00 pm., Korea Standard Time (KST).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/73892578d03e42e6a06e7d9a9b56f830/view)
- Place of Performance
- Address: KOR
- Country: KOR
- Country: KOR
- Record
- SN05603292-F 20200331/200329230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |