SPECIAL NOTICE
70 -- No Cost Site Visit: 7th AF Network Upgrade - OSAN AB, South Korea
- Notice Date
- 6/16/2025 6:21:36 PM
- Notice Type
- Special Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 0906 AQ CO CONTRACTING BAT APO AP 96202-0000 USA
- ZIP Code
- 96202-0000
- Solicitation Number
- PAN41125P0000002684
- Response Due
- 6/19/2025 10:00:00 PM
- Archive Date
- 07/05/2025
- Point of Contact
- Coralie Thomas, SFC Dong H. Kim
- E-Mail Address
-
coralie.thomas.mil@army.mil, dong.h.kim49.mil@army.mil
(coralie.thomas.mil@army.mil, dong.h.kim49.mil@army.mil)
- Description
- The Site visit will take place on 23 June at 0930. All interested vendors are to reply by 20 June 1400 KST, and meet at MORIN GATE on OSAN AIR BASE at 0930 on 23 June 2025. 7th AF Bldg 933 Network Infrastructure Upgrade Statement of Objectives (SOO) Intent. The project intent is to install a new network infrastructure and backbone for the CENTRIXS-K & SIPR network throughout building 933 on Osan AB, South Korea. Contractors shall obtain unescorted access to Bldg 933 with a minimum of a SECRET//NO FORN security clearance. No foreign nationals will be granted access to Bldg 933 for the install. To be eligible for the contract award, Contractors shall submit proof of Contractors that have active security clearances. Scope of Work. The contractor shall be responsible for all labor, materials, and equipment necessary to complete the following tasks outlined in this SOO. All work shall be completed within 60 calendar days from after Contractor�s receipt of order and after receiving base access to include full, unescorted access to Building 933 on Osan AB, South Korea. The contractor shall provide a completed, final solution in the format of a Statement of Work (SOW) that is in accordance with this SOO. NOTE: The Government reserves the right to change this requirement at any time. There is a strong likelihood that the solicitation will change to include the final SOW. Contractors will be asked to propose a final price when the final SOW is issued under the solicitation. Pre-Installation Tasks. The Government will offer a site visit/site survey to verify existing conditions and infrastructure. The Government reserves the right to modify the requirement based on the information provided during the site visit/site survey. The Contractor shall develop and submit a detailed project plan, including a timeline, for the approval of the customer. The Government will coordinate with the security personnel to establish entry and exit procedures for the secure areas. Fiber Cabling Backbone Installation. The Contractor shall: Install new fiber backbone cabling between the new CENTRIXS-K & SIPR racks and the MUTOAs spread out through the user areas. Ensure the MUTOAs will have expansion room to later add different networks to this same solution. Provide and install all necessary protective conduits, cable trays, and routing pathways that adhere to security and safety codes, IAW base policy. The specifics will be provided on the finalized SOW. Ensure all fiber backbone cabling installations meet industry standards, such as ANSI/TIA- 568, as well as any additional security requirements specified by the customer. Finalized verbiage will be stated on the finalized SOW. End-User Connection Installation. The Contractor shall: Install LC-to-LC jumpers of fiber from the MUTOAs to each surface mount wall jack or designated end-user station Install and utilize J-hooks as well as any existing cable infrastructure to neatly and safely distribute the connections within a room or area to all required user wall drops; from the keyed port on the end user wall jack attach a LC-to-LC jumper to go either directly to the media convertor or THIN Client. Label all installed cabling according to industry standards and provide detailed documentation of the labeling scheme. Testing and Quality Assurance. The Contractor shall: Perform thorough testing of each fiber optic connection, including continuity, polarity, and power loss testing, to confirm optimal performance. Document all test results and provide the client with a testing report for verification. Conduct a walkthrough with client representatives to inspect the installation and address any outstanding issues. Documentation and Handover. The Contractor shall: Provide as-built drawings of the fiber optic layout, showing the pathways, terminations, and key components of the network. Supply a final project report including test results, cable labels, and documentation of all materials used. Conduct a handover meeting with the client�s IT and security teams, providing training on system maintenance and troubleshooting as necessary. Security and Compliance. The Contractor shall: Ensure all work within the secure areas in the building must adhere to the facility security policies, including escorting requirements, access logs, and any restricted work-hour conditions. Ensure any and all required wall penetrations shall require pre-approval in writing by the building Facility Manager and/or 7 AF/A4 Security Manager prior to project start. The Contractor shall not start the project/install until formal approval in writing is granted to the Contractor. Ensure all personnel shall have a minimum of an active SECRET//NO FORN security clearance due to the unescorted access requirements of this project and the sensitivity of the work to be performed. Quality Assurance and Warranties. The Contractor shall: Ensure all installations are covered under an industry standard commercial warranty, from the date of acceptance covering workmanship and materials. All warranty specific information shall be delivered to the Government prior to contract completion. If covered under a warranty, the contractor shall address any defects identified during the warranty period within 5 Government business days at no additional cost to the Government. Deliverables. The Contractor shall: Complete and tested fiber optic backbone and end-user connections. Deliver as-built documentation, test results, and a final project report to the Government. Train 7 AF/A4 staff or USAF Communications personnel on system use and basic troubleshooting. Installation Timeline Estimated project duration: 60 working days from contractor receipt of contract award and after gaining full, unescorted access to the performance location. Specific milestones and deadlines shall be discussed during a project kickoff meeting with the Contractor and Government. Government Point of Contact (POC) for this requirement The Government POC for this requirement is Capt Jerred Sevold, 7 AF/A4C. Contact him via jerred.sevold@us.af.mil or Osan AB DSN: 317-784-2164 OPSEC and AT Statement: Anti-terrorism (AT) statement: The contractor�s personnel or any representative of the contractor entering installation/base shall abide by all security regulations imposed by installation commander or base commander at all times and shall be subject to security checks. The contractor�s personnel and property shall be subjected to search and seizure upon entering the confines of the installation/base, while on, and upon leaving confines of the installation/base. AT Level I Training: The contractor employees, to include sub-contractor employees, requiring access Air Force installations, facilities, and controlled access areas may be required to complete AT Level I Awareness training within thirty (30) calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. In that case, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR within five (5) calendar days after completion of training by all employees and sub-contractor personnel. Access and General Protection/Security Policy and Procedures: The contractor and all associated sub-contractor employees shall provide all information required for background checks to meet installation access requirements. The contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel). In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. For contractors that do not require CAC, but require access to a DoD facility or installation: The contractor and all associated sub-contractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by the Government representative); or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. iWATCH Training: The contractor and all associated sub-contractors may be required to brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. In case when iWATCH Training is required, this training shall be completed within thirty (30) calendar days of contract award and within five (5) calendar days of new employees commencing performance with the results reported to the COR no later than thirty (30) calendar days after contract award. For Contracts that Require OPSEC Training: Per AR 530-1, Operation Security, the contractor employees may be required to complete Level I OPSEC Awareness training. In that case, new employees must be trained within thirty (30) calendar days of their reporting for duty and annually thereafter. The contractor and all associated sub-contractors will practice Operations Security. The contractor shall not talk about work outside of the work area nor discuss the work being performed on social media. The contractor shall not take pictures/videos (to include operation of dashcams or other recording devices in contractor operated vehicles) inside sensitive locations without prior coordination with the organization�s OPSEC representative and contracting officer representative. It will be the responsibility of the contractor to safeguard all documents provided. Documents will be stored away from view when not being used. Documents, media, drawings, and other associated material that are no longer needed must be destroyed via approved methods. 5.1.5. For Contract Requiring Performance or Delivery in a Foreign Country: DFARS Clause 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the US. The clause may be used in solicitations and contracts that require performance or delivery in a foreign country. This clause applies to both contingencies and non-contingency support. The key AT requirement is for non-local national contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the contractor�s compliance with combatant commander and subordinate task force commander policies and directives. Controlled Unclassified Information (CUI): The contractor is required to comply with NIST 800-171 based on DFARS clause 252.204-7012. Also DFARS provision 252.204-2019 may be included into solicitation with which the contractor is required to comply. Threat Awareness Reporting Program: For all contractors with security clearance, per AR 381-12 Threat Awareness and Reporting Program (TARP), the contractor employees may be required to receive annual TARP training by a CI agent or other trainer. OPSEC statement: The contractor and all associated sub-contractors will practice Operations Security. The contractor shall not talk about work outside of the work area nor discuss the work being performed on social media. The contractor shall not take pictures/videos (to include operation of dashcams or other recording devices in contractor operated vehicles) inside sensitive locations without prior coordination with the organization�s OPSEC representative and contracting officer representative. It will be the responsibility of the contractor to safeguard all documents provided. Documents will be stored away from view when not being used. Documents, media, drawings, and other associated material that are no longer needed must be destroyed via approved methods. The Site visit will take place on 23 June at 0930. All interested vendors are to reply by 20 June 1400 KST, and meet at MORIN GATE on OSAN AIR BASE at 0930 on 23 June 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9ec7d36af76a44f495818dab92471992/view)
- Place of Performance
- Address: Osan Air Base, KR-41, KOR
- Country: KOR
- Country: KOR
- Record
- SN07478398-F 20250618/250616230043 (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 |