U.S. Embassy Seoul, Korea

General Services Office

Tel. 82-2-397-4658

Fax: 82-2-397-4744

September 11, 2017

Dear Prospective Quoter:

SUBJECT: Solicitation Number SKS70017Q0074, Installation of LAN cables and fiber optic cables.

Enclosed is a Request for Quotations (RFQ) for Installation of LAN cables and fiber optic cables. If you would like to submit a quotation, follow the instructions in Section 3 of the solicitation, complete the required portions of the attached document, and submit it in electronic format to the Contracting officer as shown on the block 16 of the Standard Form1449 that follows this letter.

The U.S. Embassy Seoul intends to award a purchase order to the responsible company submitting an acceptable quotation. We intend to award a purchase order based on initial quotations, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so.

The pre-proposal conference will be held at the GSO Green room at #10, Namyoung-dong, Yongsan-gu, Seoul, Korea on September 19, 2017 at 14:00 Korea Standard Time. Please note also 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. Park, Sang Hee (Tel. 82-2-397-4658, Fax: 82-2-397-4744, email: ) to make necessary arrangement for access no later than September 15, 2017 at 17:00 Korea Standard Time.

Any questions concerning the solicitation should be submitted in writing by September 15, 2017 at 17:00 Korea Standard Time via e-mail to .

Quotations are due by September 25, 2017 at 17:00 Korea Standard Time. No quotations will be accepted after this time. Only the electronic submission of the quotation will be accepted. Please submit your quotation addressed only to the Contracting Officer by email at .

It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe Acrobat (pdf) file format. The file size must not exceed 30MB. If the file size should exceed the 30MB, the submission must be made in separate files and attached to separate emails with less than 30MB each.

Sincerely,

Christopher A. Keeley

Contracting Officer

Page 3 of 43

TABLE OF CONTENTS

Section 1 - The Schedule

·  SF 1449 cover sheet

·  Continuation To SF-1449, RFQ Number SKS70017Q0074, Prices, Block 23

·  Continuation To SF-1449, RFQ Number SKS70017Q0074, Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement

·  Attachment 1: Government-Furnished Contractor Installed Property

Section 2 - Contract Clauses

·  Contract Clauses

·  Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3

- Solicitation Provisions

·  Solicitation Provisions

·  Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

·  Evaluation Factors

·  Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Offeror Representations and Certifications

·  Offeror Representations and Certifications

·  Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NO. / PAGE 3 OF 43
2. CONTRACT NO. / 3. AWARD/EFFECTIVE DATE / 4. ORDER NUMBER / 5. SOLICITATION NUMBER
SKS70017Q0074 / 6. SOLICITATION ISSUE DATE
9/11/2017
7. FOR SOLICITATION
INFORMATION CALL / a. NAME
Christopher A. Keeley, Contracting Officer / b. TELEPHONE NUMBER(No collect calls)
02-397-4754 / 8. OFFER DUE DATE/LOCAL TIME
9/25/2017, 17:00 p.m. Local Time
9. ISSUED BY CODE / 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: ______% FOR
U.S. Embassy Seoul
General Services Office
Seoul, Korea / SMALL BUSINESS
HUBZONE SMALL BUSINESS
SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS / WOMEN-OWNED SMALL BUSINESS
(WOSB) ELEIGIBLE UNER THE WOMEN-OWNED SMALL BUSINESS PROGRAM
ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL BUSINESS (EDWOSB)
8(A) / NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE / 12. DISCOUNT TERMS / 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) / 13b. RATING
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO: / CODE / 16. ADMINISTERED BY CODE
Contracting Officer by email at / Christopher A. Keeley, Contracting Officer
17.a. CONTRACTOR/ CODE
OFFEROR / FACILITY CODE / 18a. PAYMENT WILL BE MADE BY CODE
Company Name:
Address:
DUNS NO.: ______
TELEPHONE NO.: ______ / U.S. Embassy Seoul
Financial Management Office
#188, Sejongdaero, Jongno-gu
Seoul, Korea
17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER / 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK
BELOW IS CHECKED SEE ADDENDUM
19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
Installation of 125 LAN cables and 3 fiber optic cables in the Annex Building of the US Embassy Seoul Korea / 1 / sum
(Use Reverse and/or Attach Additional Sheets as Necessary)
25. ACCOUNTING AND APPROPRIATION DATA / 26. TOTAL AWARD AMOUNT (For Govt. Use Only)
27a.SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN __ __
COPY TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND
DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY
ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED
HEREIN. / 29. AWARD OF CONTRACT: REF. ______OFFER
DATED ______. YOUR OFFER ON SOLICITATION
(BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE SET FORTH HEREIN, IS ACCEPTED AS TO ITEMS:
30a. SIGNATURE OF OFFEROR/CONTRACTOR / 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER)
30b. NAME AND TITLE OF SIGNER (Type or print) / 30c. DATE SIGNED / 31b. NAME OF CONTRACTING OFFICER (Type or print) / 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 10/2010)

PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212

Page 3 of 43

19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
32a. QUANTITY IN COLUMN 21 HAS BEEN
RECEIVED INSPECTED ACCEPTED, AND CONFORMS TO THE CONTRACT, EXCEPT AS NOTED: ______
32b. SIGNATURE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE / 32c. DATE / 32d. PRINTED NAME AND TITLE OF AUTHORIZED GOVERNMENT
REPRESENTATIVE
32e. MAILING ADDRESS OF AUTHORIZED GOVERNMENT REPRESENTATIVE / 32f. TELEPHONE NUMBER OF AUTHORIZED GOVERNMENT REPRESENTATIVE
32g. E-MAIL OF AUTHORIZED GOVERNMENT REPRESENTATIVE
33. SHIP NUMBER / 34. VOUCHER NUMBER / 35. AMOUNT VERIFIED
CORRECT FOR / 36. PAYMENT / 37. CHECK NUMBER
PARTIAL / FINAL / COMPLETE PARTIAL FINAL
38. S/R ACCOUNT NO. / 39. S/R VOUCHER NO. / 40. PAID BY
41a. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT / 42a. RECEIVED BY (Print)
41b. SIGNATURE AND TITLE OF CERTIFYING OFFICER / 41C. DATE
42b. RECEIVED AT (Location)
42c. DATE REC’D (YY/MM/DD) / 42d. TOTAL CONTAINERS

STANDARD FORM 1449 (REV. 10/2010) BACK

Page 3 of 43

SKS70017Q0060

SECTION 1 - THE SCHEDULE

CONTINUATION TO SF-1449

RFQ NUMBER KS70017Q0074

PRICES, BLOCK 23

DESCRIPTION / STATEMENT OF WORK

Installation of one hundred twenty five (125) LAN cables and three (3) fiber optic cables, in Annex building #1306, US Embassy Seoul Korea

1. Scope of Services

The contractor shall install one hundred twenty five(125 EA) Category 6e UTP Plenum cables, three(3 EA) fiber optic cables and terminate at the clients side on 1st and 2nd floor, in Annex Building #1306 which is located at 10 Namyoung-dong, Yongsan-gu, Seoul. The contractor shall remove all old cables from wall and ceiling from each client side to switches in Client Switch Room #210 after all new cables are online with computers. And the contractor shall provide and install new metal cable tray to run the new UTP Plenum cables and Fiber Optic cables at above the existing acoustic drop ceiling on the second floor of the P.A. building, #1306 at Annex as per the enclosed drawing. The U.S. Embassy Government shall furnish the new UTP Plenum cables and Fiber Optic cables (See attachment#1), and the contractor shall install those cables (GFCI items). The contractor shall furnish all managerial, administrative, direct labor personnel, materials and transportation, which is necessary to complete the work as, described in this solicitation.

2. Category UTP Plenum, Fiber Optic Cabling (GFCI items)

2.1. One hundred twenty five(125 EA) Category 6e UTP Plenum cables shall be installed on 1st and 2nd floor in Annex Building #1306, which shall be pulled to Client Switch Room #210 on the 2nd floor. The exact location and cable colors will be marked in the separate drawing.

2.2. Three(3) core plenum fiber optic cables shall be installed from Client Switch Room #210 to GSO switch room.

3. Cabling and cable tray Specifications

CABLE

3.1. Post cable plant shall be installed using CMR rated, UL certified or ETL verified Category 6e (ISO Class D-2000) UTP Plenum cable.

3.2. All lines shall be properly labeled specifying at both ends their origin and destination.

3.3. All cables and outlets shall be concealed in the walls or ceiling. The Contractor shall not run any exposed cables and outlets unless otherwise approved by COR. If there are any conducts exposed upon COR approval, the conducts shall be installed within covered non-metal cable duct when transiting vertical routes from the ceiling to end user locations for protection and routing of wiring.

3.4. Each individual UTP cable shall be terminated with EIA/TIA 568 standards, using the 568 sub-category T568B wiring pattern for Category 6e cable.

CABLE TRAY

3.5. The contractor shall provide and install new cable tray from Client Switch Room #210 to the 2nd floor hallway and along the 2nd floor hallway as a backbone inside the ceiling as per the drawing. The new cable tray shall be 300mm wide and 150mm high metal tray with hot-dip galvanized finish including fitting and accessories such as tees, crosses, risers and elbows.

3.6 The contractor shall submit drawing of the new cable tray and accessories including, but limited to, clamps, brackets, hanger rods, splice plate connectors, expansion joints assemblies, dropouts and fittings, showing accurately scaled components.

3.7 The shop drawing shall indicate the general routing of the cable tray systems. The contractor must make field surveys as part of his work prior to submitting system layout drawings.

3.8 The contractor shall verify the layout and installation of the new cable trays and suspension system with other construction that penetrates ceilings or is supported by them, including existing light fixtures, HVAC equipment, fire alarm lines, and existing electrical pipes.

3.9 The contractor shall provide the warning sign lettering on the new cable tray at 25 foot (8 meters) viewing distance. The lettering shall be 40mm high, black letters on yellow background with legend "WARNING! NOT TO BE USED AS WALKWAY, LADDER, OR SUPPORT FOR LADDERS OR PERSONNEL." Signage must be both in English and Korean.

3.10 The contractor shall install a completed cable tray system. There shall be no gaps, missing accessories. All accessories must be from the same manufacturer of the cable tray. Do not make field modification of accessories.

ELECTRICAL GROUNDING

3.11 All metal components of the tray and fitting shall be eclectically continuous grounded. The ground cable trays shall be according to manufacturer’s written instructions. Tighten electrical connectors and terminals according to manufacturer’s published torque-tightening values. If manufacturer’s torque values are not indicated, use those specified in UL 486A.

3.12 The contactor shall provide and install metal supporter, “J” hook type or equivalent, to suspend the UTP Plenum cable above existing acoustic drop ceiling from cbale tray to each end point inside the ceiling. The maximum distance between the metal “J” supports shall be less than 3 meters.

3.13 The contractor shall provide and install four (4) L type metal pipes (2.5 ~ 3.5 inch diameter) and two (2) L type metal pipes (1.0~1.5 inch diameter) on top of a switch rack to guide cables from inside the ceiling to the switch rack in Client Switch Room #210.

3.14 The contractor shall take into account the existing acoustic suspension ceiling system during removing the old cables and installation of the new cables and cable tray.

4. Performance Specifications:

Transmission Performance Specification for Field Testing of Category 6e UTP cable.

4.1. For the purpose of testing UTP cabling, the horizontal link on the Electric Closet should be less than 90 meters.

5. Provided Parts Listing

Manufacturer / P/N / Description
BELDEN / 3613003A1000 / 4 PAIR PLENUM RATED CAT6e UTP BOX OF 1000 FEET ORANGE jacket
BELDEN / 3613005A1000 / 4 PAIR PLENUM RATED CAT6e UTP BOX OF 1000 FEET GREEN jacket
HITACHI / 60522-6 / 6-FIBER 50/125 OM3 PLENUM DISTRIBUTION CABLE
PANDUIT / CJ688TGOR / MINI-COM TX6 Plus Jack Module (one/line) ORANGE
PANDUIT / CJ688TGGR / MINI-COM TX6 Plus Jack Module (one/line) GREEN
PANDUIT / CFPSE4EIY / MINI-COM SLOPED FacePlate (one/location)
PANDUIT / JBX3510EI-A / Single Gang Junction Box (one/location)
PANDUIT / CMBEI-X / MINI-COM Blank Module

5.1. Embassy will provide Category 6e cables, 6 core plenum fiber optic cables, and outlet modules. The contractor shall specify all materials to be used in the submission. UL/NEC grade, CMR is mandatory building code requirement in the United States when cable is run in any enclosed space such as above a false ceiling, through risers and/or conduit, or under a raised floor.

5.2 Contractor Furnished Supplies and Equipment

5.2.1  Cable rail trays and j-hooks(or equivalent) to support all cables

5.2.2  Cable labels for all installed cables at both end.

5.2.3  Duct/molding with elbows, covers, adapters, end caps, joints etc.

5.2.4  Materials for securing latch duct/molding to walls, support structures, ceilings, cable trays and/or grid supports.

5.2.5  Four(4) L type stainless metal pipes(2.5~3.5 inch diameter, 1.5m length on each), two (2)

L type stainless metal pipes(1.0~1.5 inch diameter, 1.5m length on each), and adapters