United States - FY19 MCA PN091589 Command and Control Facility, Camp Tango, USARPAC, Korea
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 15 July 2019
- Opportunity publication date
- 27 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 24, 2019 1:01 am
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 15% 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 an underground Command and Control Facility. The work involves constructing and installing secure communications and other Information Technology (IT) systems and backbone to connect this facility to the entire Command Post (CP) Tango Complex. The construction will meet UFC 4-010-5 Sensitive Compartmented Information Facilities (SCIF) Planning, Design, and Construction. Heating and air conditioning will be provided by self-contained system. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided.
a. 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 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.
b. Performance Period: Duration of construction is (TO BE DETERMINED) calendar days from Notice to Proceed.
c. 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 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 - Construction and Design Experience
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 3 - Past Performance
• Factor 4 - 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: 15 June 2019
• Closing date for receipt of proposals: 23 July 2019
• Issue Step 2 Solicitation: 3 August 2019
• Closing date for receipt of proposals: 18 August 2019
• Contract Award: 30 September 2019
- Opportunity closing date
- 15 July 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, Far East United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.