Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
MODIFICATION

Y -- Solicitation No. W912UM-14-R-0001, CY10 A10Y109 (C4I080) KORCOM Operations Center (Building Phase), USAG Humphreys, Korea

Notice Date
12/3/2013
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Far East, Unit 15546, Attn:CEPOF-CT, Seoul, AP 96205-0610
 
ZIP Code
96205-0610
 
Solicitation Number
W912UM14R0001
 
Response Due
12/18/2013
 
Archive Date
2/1/2014
 
Point of Contact
Tong-Hui Yi, 01182222707436
 
E-Mail Address
USACE District, Far East
(tong-hui.yi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Design-Bid-Build Procurement (Solicitation No. W912UM-14-R-0001) is being issued UNRESTRICTED. The Estimated price range is between $250,000,000 and $500,000,000. This award will result in a firm fixed price contract. IMPORTANT NOTE: This is in reference to the Sources Sought Synopsis for Solicitation Number W912UM-14-R-XXXX. The offerors must have a current U.S. Facility Clearance Level (FCL) of Top Secret in order to respond to this RFP. Some project documents are sensitive (U/FOUO) and must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). This project is to construct a 377,000 square foot, two-story, below grade heavily reinforced facility containing administrative offices, operation centers, data centers, and large utility plant with redundant capability. The project includes the requirement for the contractor to detail, implement, and maintain a construction security program complying with the requirements contained in the ICD 705 for overseas secure facility construction. The constructions security program shall include all aspects of physical, personnel, technical, and procedural security, such as secure material procurement; monitoring of workers by U.S. Construction Surveillance Technicians; access control facilities managed by Cleared American Guards, and any other requirements necessary for the completion of the project in compliance with ICD 705 and be accredited. Reinforced, mass concrete and cast in place concrete will be used for floors, walls, and roof. Building will have a concrete mat foundation with tension piles. Utility plant will house backup power generators, transformers, electrical switchgear, chillers, hot water boilers, uninterruptable power systems, Chemical, Biological, Radiation filtration, and various pumps. Utility plant will also include fuel storage tank, domestic water storage, sewage holding tank, and fire suppression system water tanks. Building includes freight and passenger elevators, multiple blast doors and compartmentalization. Facility, shall comply with DoD Antiterrorism/Force Protection Requirements and other threat mitigation measures. The site will be excavated by a prior contract and provided to this contract with a Permanent Earth Retention System (PERS), underslab drainage system, and tension piles in place. Supporting facilities include backfill of previously excavated and constructed Permanent Earth Retention System (PERS); completion of the permanent dewatering system; completion of a utility tunnel connection to the adjacent KORCOM HQ and Services Building; and construction of a two-level parking structure located above the Operations Center. Development of the site and utilities including access roads, surface parking, sidewalks, landscaping, water, sewers, storm, power, communications, and drainage. This Solicitation will be issued in TWO PARTS: PART I will verify the Offerors' security qualifications only. No pricing will be requested. Only offerors who participate in this step and are determined to possess at least a current DSS Top Secret Facility Clearance will be eligible to participate and compete for award of this construction contract in PART II of this Solicitation. PART II will incorporate the full plans and specifications for the construction of this project. Award will be based on the lowest price technically acceptable proposal. The non-priced technical factors are as follows: Factor 1 - Past Experience (Prime Contractor) Factor 2 - Past Performance (Prime Contractor) Factor 3 - Construction Management Plan Factor 4 - Construction Management Project Site Personnel Qualification Factor 5 - Proposed Contract Duration and Schedule Factor 6 - Site Security Monitoring Services. The tentative dates are as follows: Issue Step 1 Solicitation: 27 December 2013 Closing date for receipt of proposals: 27 January 2014 Issue Step 2 Solicitation: 13 February 2014 Closing date for receipt of proposals: 14 April 2014 Contract Award: 4 June 2014 The period of performance is 672 days after issuance of Notice to Proceed One CD copy of the Solicitation (RFP) including plans and specifications will be mailed to Pre-qualified Offerors by U.S. Army Corps Far East District. There will be no charge for the solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM14R0001/listing.html)
 
Place of Performance
Address: U.S. Army Garrison Humphreys
Zip Code: 96205-5546
 
Record
SN03244886-W 20131205/131203234516-51f37421933d5a7ac97b4df18b571613 (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.