U.S. Embassy Seoul

General Services Office

Tel. 82-2-397-4648

Fax: 82-2-796-0516

Date: August 10, 2012

Dear Prospective Offerors:

SUBJECT: Solicitation Number SKS700-12-R-0037, Installing field crown and associated concrete storm ditch on the T-ball field at the Yongsan Embassy Housing (YEH) Compound

Enclosed is a Request for Proposal (RFP) for installing field crown and associated concrete storm ditch on the T-ball field at the Yongsan Embassy Housing (YEH) Compound of the U.S. Embassy Seoul, Korea. If you would like to submit a proposal, follow the instructions in Section L of the solicitation, complete the required portions of the attached document, and submit it to the address shown on the Standard Form 1442 that follows this letter.

The pre-proposal conference will be held at the GSO conference room at #10, Namyoung-dong, Yongsan-gu, Seoul, Korea on August 21, 2012 at 2:00 P.M. Please also note that the site visit will follow right after the pre-proposal conference on the same day.

If you intend to participate in the pre-proposal conference, please contact Mr. Cho, Yeong Yeon (Tel. 82-2-397-4679, Fax: 82-2-796-0516) to make necessary arrangement for access no later than 5:00 P.M. on August 17, 2012. Offerors are requested to limit the number of participants to two persons per company. Please be sure to bring the solicitation document with you to the conference. No extra copies will be available at the conference.

Submit any questions you may have concerning the solicitation documents in writing by 5:00 P.M. on August 17, 2012.

The U.S. Government intends to award a contract to the responsible offeror submitting an acceptable offer at the lowest price. We intend to award a contract based on initial proposal, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so.

Proposals are due by 5:00 P.M. on September 10, 2012.

Sincerely,

Otis L. Harrison

Contracting Officer

SOLICITATION, OFFER, AND AWARD
(Construction, Alteration, or Repair) / 1. SOLICITATION NO.
SKS700-12-R-0037 / 2. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFP) / 3. DATE ISSUED
8/10/2011 / PAGE OF PAGES
1 of 69
IMPORTANT - The “offer” section on the reverse must be fully completed by offeror.
4. CONTRACT NO.
/ 5. REQUISITION/PURCHASE REQUEST NO.
/ 6. PROJECT NO.
7. ISSUED BY CODE / 8. ADDRESS OFFER TO
U.S. Embassy, Seoul
GSO-PUR
10, Namyoung-dong
Yongsan-gu, Seoul, Korea / U.S. Embassy, Seoul
GSO-PUR
10, Namyoung-dong
Yongsan-gu, Seoul, Korea
9. FOR INFORMATION CALL: / A. NAME
Otis L. Harrison, Contracting Officer / B. TELEPHONE NO. (Include area code)
(NO COLLECT CALLS) 02-397-4648
SOLICITATION
NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and “bidder.”
THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS:
PROJECT NAME: Installing field crown and associated concrete storm ditch on the T-ball field at the Yongsan Embassy Housing (YEH) Compound
Section A - SF-1442, Solicitation, Offer and Award
Section B - Supplies or Services and Prices/Costs
Section C - Description/Specifications/ Statement of Work
Section D - Packaging and Marking
Section E - Inspection and Acceptance
Section F - Deliveries or Performance
Section G - Contract Administration Data
Section H - Special Contract Requirements
Section I - Contract Clauses
Section J - List of Documents, Exhibits and Other Attachments
Section K - Representations, Certifications, and Other Statements of Offerors
Section L - Instructions, Conditions, and Notices to Offerors
Section M - Evaluation Factors for Award
11. The Contractor shall begin performance within 5 calendar days and complete it within 60 calendar days
after receiving award, from the start date specified in the notice to proceed. This performance period is mandatory, negotiable. (See Section F.)
12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If “YES,” indicate within how many calendar days after award in Item 12B.)
YES NO / 12B. CALENDAR DAYS
5 days
13. ADDITIONAL SOLICITATION REQUIREMENTS:
A. Sealed offers in original and one copy to perform the work required are due at the place specified in Item 8 by 5:00 P.M., local time September 10, 2012. If this is a sealed bid solicitation, offers must be publicly opened at that time. Sealed envelopes containing offers shall be marked to show the offeror’s name and address, the solicitation number, and the date and time offers are due
B. An offer guarantee is, is not required.
C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.
Offers providing less than 60 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)

OFFER (Must be fully completed by offeror)
14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code)
/ 15. TELEPHONE NO. (Include area code)
16. REMITTANCE ADDRESS (Include only if different than Item 14)
CODE FACILITY CODE
17. The offeror agrees to perform the work at the prices specified below in strict accordance with the terms of this solicitation, if this offer is accepted by the Government within 60 calendar days after the date offers are due.

AMOUNTS
18. The offeror agrees to furnish any required performance and payment bonds.
19. ACKNOWLEDGMENT OF AMENDMENTS
The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each
A AMENDMENT NO.
DATE
20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN OFFER (Type or print) / 20B. SIGNATURE / 20C. OFFER DATE
AWARD (To be completed by Government)
21. ITEMS ACCEPTED:
22. AMOUNT / 23. 23. ACCOUNTING AND APPROPRIATION DATA
24. SUBMIT INVOICES TO ADDRESS SHOWN IN
/ ITEM / 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO
10 U.S.C. 2304(c)( ) 41 U.S.C. 253(c)( )
26. ADMINISTERED BY CODE / 27. PAYMENT WILL BE MADE BY
CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE
28. NEGOTIATED AGREEMENT (Contractor is required to sign this document and return copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all work, requisitions identified on this form and any continuation sheets for the consideration slated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications or incorporated by reference in or attached to this contract. / 29. AWARD (Contractor is not required to sign this document.) Your offer on this solicitation is hereby accepted as to the items listed. This award consummates the contract, which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further contractual document is necessary.
30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN (Type or print)
/ 31A. NAME OF CONTRACTING OFFICER (Type or print)
30B.SIGNE
/ 30C. DATE
/ 31B. UNITED STATES OF AMERICA
BY: / 31C. AWARD DATE

Computer Generated STANDARD FORM 1442 BACK (REV. 4-85)

SECTION B - SUPPLIES OR SERVICES

AND PRICES/COSTS

B.1 CONTRACT PRICE

The contractor shall complete all work (including furnishing all labor, material, equipment and services) required under this contract for the following firm fixed price and within the time specified. This price shall include all labor, materials, overhead (including insurance required by FAR 52.228-4, Workers’ Compensation and War-Hazard Insurance, which shall not be a direct reimbursement), and profit.

______Total Price

B.2 TYPE OF CONTRACT

This is a firm fixed price contract payable entirely in the currency indicated in the SF1442. No additional sums will be payable for any escalation in the cost of materials, equipment or labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required. The Government will not adjust the contract price due to fluctuations in currency exchange rates. The Government will only make changes in the contract price or time to complete due to changes made by the Government in the work to be performed, or by delays caused by the Government.

The Government will make payments based on quantities and unit prices only to the extent specifically provided in the contract.


SECTION C - DESCRIPTION/SPECIFICATIONS

STATEMENT OF WORK

C.1 Introduction

The U.S. Embassy in Seoul requires installing field crown and associated concrete storm ditch on the T-ball field at the Yongsan Embassy Housing (YEH) Compound, Seoul, Korea.

The contractor shall provide ground leveling work, ground soil replacement work, turf planting work, and concrete work as per the enclosed drawings.

The Contractor’s employees will be escorted by the Embassy staff throughout the time they are at the work site. The contracting officer’s representative (COR) will oversee the performance of the work in progress.

The project drawings will be provided during the pre-quotation conference.

C.2 DESCRIPTION OF WORK

C.2.1  TEMPORARY WORK AND REMOVAL WORK

C.2.1.1  The contractor shall provide temporary safety barrier and construction sign at the construction area.

C.2.1.2  The contractor shall protect the existing structure, underground utilities and other facilities.

C.2.1.3  In the event that the contractor causes any damages, the contractor shall repair the damages at their own expense.

C.2.1.4  The contractor shall keep the site clean on a daily basis during the working period.

C.2.1.5  The contractor shall dispose of all the construction debris upon approval by the COR and submit a certificate of legal disposal of construction debris.

C.2.1.6  The contractor shall wear the personal protective equipments (PPE) and safety harness.

C.2.1.7  The contractor shall remove the existing lawn on the T-ball field as per the drawing A-01. The total area of lawn to be removed is 5,500 square meters.

C.2.1.8  The contractor shall remove and dispose of 10 centimeter of existing topsoil as per the drawing A-01. The total area of topsoil to be removed is 5,500 square meters.

C.2.2  EARTH WORK

C.2.2.1  The contractor shall provide earth work including excavation, filling, compacting and leveling for the installation of concrete storm ditch and concrete vehicle pass-way as per the drawing A-02 and A-03.

C.2.2.2  Before excavation, the contractor shall inspect the existing utility lines as per the drawing C-01.

C.2.2.3  If there are unidentified underground utilities found during the excavation work, the contractor shall immediately stop excavation and report the findings to the COR.

C.2.2.4  The contractor shall provide the 6 mil vapor barrier, base course and compaction below the concrete storm ditch and concrete vehicle pass-way.

C.2.2.5  The base course will be 15 cm thick layer of aggregate and shall have maximum size of 12 mm.

C.2.2.6  The contractor is responsible for restoring the lawn around working area in the same condition as it was after construction work.

C.2.3  CROWN ESTABLISHMENT WORK

C.2.3.2  The contractor shall submit the species of turf for COR’s approval prior to turf planting work.

C.2.3.3  The contractor shall submit the T-ball field existing ground level topographical survey report to the COR prior to the earth work. The contractor shall conduct topographical survey at every 5 meters on the T-ball field including existing facilities such as BBQ pit, concrete storm ditch, concrete sidewalk, and volley ball court prior to the work.

C.2.3.4  The contractor shall submit the proposed topographic drawing showing the final ground level for the COR’ approval prior to the earth work. The drawing shall specify final ground level around existing facilities including BBQ pit, concrete storm ditch, concrete sidewalk, and volley ball court. The drawing shall represent how to drain off the rain water. Only after receiving the COR’s approval for commencement of earth work, the contractor shall start the earth work.

C.2.3.5  After removing 10 centimeter of existing topsoil of T-ball field, the contractor shall install crown with new topsoil on the T-ball field. The crown shall have minimum 1.5% slope from the center line to edge line of crown as per the drawing A-01. The new topsoil shall be a sandy loam. Before installing turf, the ground shall be smooth and contoured by not compacting topsoil but dragging the field with a section of chain-link fence of steel drag mat. The contractor shall be careful not to drag topsoil away from the crown. The topsoil shall be firmed with equipment such as a culti-packer prior to turf planting.

C.2.3.6  The contractor shall add lime and fertilizer prior to final preparation for turf planting. The lime and fertilizer should be worked into the surface 10 centimeter. The mixture ratio of lime and fertilizer are 0.5kg/m2 and 0.09kg/m2 respectively. The fertilizer shall be “10-10-10 fertilizer” that contains 10% of Nitrogen, 10% of Potash, and 10% of Phosphate.

C.2.3.7  After the sprigs are in good soil contact, the sod-bed should be firmed with culti-packer or roller. The sod-bed shall be kept moist until the grass is well established and rooted.

C.2.3.8  During six (6) months from turf planting, the heavy traffic should not be permitted on the turf.

C.2.4  CONCRETE WORK

C.2.4.1  The contractor shall provide concrete work for storm ditch and concrete vehicle pass-way as per the drawing A-02, A-03. The compressive strength of concrete to be used shall be 210kgf/cm2.

C.2.4.2  The reinforcing bar for concrete ditch shall be 4000kgf/cm2 tensile yield strength and shall meet the KSD 3504 requirement.

C.2.4.3  The contractor shall provide form work for concrete work as per the drawing A-03.

C.2.4.4  The concrete storm ditch shall be 700mm wide by 500mm deep. The total length of new concrete storm ditch is 48meter. The concrete storm ditch shall have proper slope as per the drawings. The concrete storm ditches shall be cleaned after completion of work. The new concrete storm ditches shall be connected to existing concrete storm ditch.

C.2.4.5  The contractor shall install two layers of welded wire mesh (WWM) at the new concrete vehicle pass-way as per the drawing A-03. The welded wire mesh to be used shall have 150mm by 150mm space and 0.225 inch thickness.

C.2.4.6  The control joint and expansion joint shall be installed at every 1.5m and 6m respectively at the concrete vehicle pass-way. The concrete vehicle pass-way shall be cut by the saw cutter for the clean cut face. The contractor shall install the compressible filler and sealant at the expansion joint. The control joint shall be 8mm wide and 30mm deep and expansion joint shall be 20mm wide. The surface of concrete vehicle pass-way shall be finished with broom. The total length of new concrete vehicle pass-way is 42meter.