Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
MODIFICATION

Y -- Repair C41 Room, B219 into SCIF, Osan Air Base, Kora

Notice Date
7/17/2018
 
Notice Type
Modification/Amendment
 
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
W912UM18R0003
 
Point of Contact
Tok Kyong Kim, Phone: 82222707478, Nicholas I. Johnston, Phone: 82205033216095
 
E-Mail Address
tok-kyong.kim@usace.army.mil, Nicholas.Johnston@usace.army.mil
(tok-kyong.kim@usace.army.mil, Nicholas.Johnston@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
a. Design-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 $1,000,000 and $5,000,000. The construction contract is subject to specific limitation and availability of funds. II. Requirements: a. Description of Project: This project will construct Construct a Sensitive Compartmented Information Facility (SCIF) utilizing conventional design and construction methods to accommodate the mission of the facility. The SCIF should be compatible with applicable DoD, Air Force, and base design standards. Facilities will be designed a permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements, UFC 1-200-02, High Performance and Sustainable Building Requirements, UFC 4-010-05, SCIF Planning, Design, and Construction. AFMAN 14-304, The Security, Use, and Dissemination of Sensitive Compartmented Information (SCI), and DoD Manual 5105.21 V2, SCI Administrative Security Manual: Administration of Physical Security, Visitor Control, and Technical Security. This project will also comply with DoD antiterrorism/force protection requirements per UFC 4-010-01, Dod Minimum Antiterrorism Standards for Buildings, and with Intelligence Community Diretive Number 705 (ICD 705). This project fulfills US requirements only and will be designed and constructed for US exclusive use. 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 (It is acceptable to use TS cleared American workers with CST training onsite in lieu of CAG and CST staff): (1) Personnel Nationality and Clearance Requirements for Construction: Prime contractor Firm shall be a company possessing a US Top 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. If Top Secret cleared technicians are used for this contract, the Prime contractor firm shall be responsible for all costs associated with said personnel, as well as coordination with construction activities to ensure that the work is accomplished without compromise to the construction security program. (2) Access Control Requirements: The Prime contractor shall maintain a secure construction site perimeter. A site wide badging system meeting ICD 705 requirements for overseas secure facility construction shall be implemented by the Prime contractor to control site access for all construction personnel, deliveries and visitors. The construction site access control process shall be staffed with properly trained personnel who have a valid U.S. security clearance of SECRET or higher. and shall include effective screening and search procedures for the ingress and egress of the construction area. Signage shall be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to 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, transit, inspection, and storage of materials for this project shall be the responsibility of the Prime contractor. c. Performance Period: Duration of design and construction is 240 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, Past Experience and Past Performance. No pricing will be requested. Only offerors who participate in this step and are determined to possess at least a current TOP 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 • Factor 2 - Prime Contractor and Design Experience • Factor 3 - Past Performance 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 4 - Conceptual Design • Factor 5 - Organization and Management Plan • Factor 6 - Project Schedule • Factor 7 - Price 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: 20 July 2018 • Closing date for receipt of proposals: 18 August 2018 • Issue Step 2 Solicitation: 24 August 2018 • Closing date for receipt of proposals: 21 September 2018 • Contract Award: 30 September 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA81/W912UM18R0003/listing.html)
 
Place of Performance
Address: Osan Air Base, USACE, Far East District, Unit #15546, APO AP 96205-5546, Korea, South
 
Record
SN04994312-W 20180719/180717230754-8b095260ec4757d08c24d2c48567bbae (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  © 1994-2020, Loren Data Corp.