Search Contract Opportunities

Detachment L & J, Fire Renovations, Area I, Korea   2

ID: W912UM19R0010 • Type: Sources Sought

Description

a. This is a Sources Sought Synopsis announcement, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Far East District (FED) anticipates the issuance of a Request for Proposal and the award of a firm-fixed price construction contract to renovate interior of existing Detachment L and J, dispersed across Area I, Korea. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requested.

b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications from interested U.S. construction firms who have the demonstrated capabilities and bonding to complete and perform a contract of this complexity, and to address any questions, recommendations, or concerns from Industry. As a result of this synopsis, firms that respond to this announcement with the requested information will be reviewed and considered a pre-qualified offeror if the firm meets the security qualification.
c. Negotiation procedures resulting in a firm fixed price contract.
d. 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.
e. Award will be made based on best value-trade-off source selection procedures.
f. 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: Renovate a detachment facility, to include it's Sensitive Compartmented Information Facility (SCIF) space, 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 as 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 Directive Number 705 (ICD 705). This project fulfills US requirements only and will be designed and constructed for US exclusive use. The project location is not on a US installation. Construction phasing may be required to reduce mission impact.
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) Clearance Requirements for Construction: Prime contractor Firm shall be a US Prime (Required) to manage and construct the facility with a Facility Clearance Level (FCL) and Safeguarding capability granted by the Defense Security Service (DSS) at the TOP SECRET level. Only U.S. TOP SECRET Cleared workers are authorized to complete the work without construction security monitoring, as stated in the CSP.

(2) Access Control Requirements: Existing temporary site security systems and monitoring shall be implemented by the contractor and required for all construction personnel, deliveries and visitors. The construction site access control process will include effective screening and searching procedures for the ingress and egress of the construction area. Signage will 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: All material must be secure shipped from the US through a stateside Consolidated Receiving Point, IAW with the CSP. After material is procured and inspection is completed the material must be stored in the government controlled secured storage area.

c. Performance Period: Duration of construction is one hundred eighty (180) calendar days from Notice to Proceed or Award date.

III. Submission:

a. The project solicitation will consist of Two-Step Design-Build Project.

b. If your firm is interested and capable of performing the work identified in the project description then please provide a response to this MARKET SURVEY. Responses to this MARKET SURVEY must contain the following information.

(1) Statement that your firm is interested in submitting a proposal for this project if it is formally advertised.

(2) Statement that your firm holds a current DSS Top Secret Facility Clearance Level.

(3) Name of the company to include address, phone, and Point of Contact.

(4) Company CAGE code and DUNS number.

(5) Statement of Capability (SOC) stating your company's experience, past performance, and knowledge required to perform this work (ICD 705 related work). Your firm shall identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your role was as a subcontractor, describe the security services your company provided. For each project listed in your SOC as the prime contractor, please provide a title, total contract amount, location, and customer Point of Contact. Limit your past performance information to three projects.

(6) Offerors Bonding Capability (construction bonding level per contract expressed in dollars).

(7) Offerors Joint Venture information, if applicable, existing and potential.

(8) Small business status to include 8(a), Hubzone, Service Disable Veterans, and Woman Owned.

c. Submission of your interest is not a prerequisite to any potential future offerings, but participation will assist POF in identifying sources with required capabilities. If a solicitation is later released, it will be synopsized in FedBizOpps only. The FedBizOpps link is www.fbo.gov.

Submit response and information (in PDF format) via email to Mr. Nicholas I. Johnston, Contracting Officer, CEPOF- CTC, Far East District, USACE, Email address: Nicholas.Johnston@usace.army.mil, Ms. Tok Kyong Kim, Contract Specialist, TokKyong.Kim@usace.army.mil , and Ms. Tong Hui Yi, Contract Specialist, TongHui.Yi@usace.army.mil. Additionally, responses must be received by 03:00 P.M. Korea Standard Time (KST), 25 April 2019. Any response received after this date will not be utilized in the Market Survey assessment. All interested contractors must be registered in CCR to be eligible for award of Government contracts.

Contracting Office Address:
USACE District, Far East, Unit 15546, Attn: CEPOF-CT, Pyongtaek, APO AP 96271-5546

Overview

Response Deadline
April 25, 2019, 4:00 p.m. EDT Past Due
Posted
April 10, 2019, 1:30 a.m. EDT
Set Aside
None
Place of Performance
USACE District, Far East District, Area I, Korea Point of Contact(s): Nicholas I. Johnston, 050-3355-6095 KOR
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
35%
On 4/10/19 USACE Far East District issued Sources Sought W912UM19R0010 for Detachment L & J, Fire Renovations, Area I, Korea due 4/25/19. The opportunity was issued full & open with NAICS 236220 and PSC Y.
Primary Contact
Title
Contract Specialist
Name
Tok Kyong Kim   Profile
Phone
825033556109

Secondary Contact

Title
Contracting Officer
Name
Nicholas I. Johnston   Profile
Phone
825033556095

Documents

Posted documents for Sources Sought W912UM19R0010

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W912UM19R0010

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912UM19R0010

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912UM19R0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > US ARMY ENGINEER DISTRICT FAREAST
FPDS Organization Code
2100-W912UM
Source Organization Code
100234140
Last Updated
Nov. 19, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 19, 2019