U.S. Embassy Seoul

General Services Office

Tel. 82-2-397-4648

Fax: 82-2-796-0516

Date: May 31, 2012

Dear Prospective Quoter:

SUBJECT: Solicitation Number SKS700-12-Q-0023, Perimeter Wall Installation at the Chancery compound

Enclosed is a Request for Quotations (RFQ) forinstalling perimeter wallat the Chancery compound. If you would like to submit a quotation, follow the instructions in Section J 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 U.S. Government intends to award a purchase order to the responsible company submittingan acceptable offer at the lowest price. We intend to award a purchase orderbased 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.

Quotations are due byJune 20, 2012,5:00P.M.

The Embassy intends to conduct a pre-quotation conference/site visit on June 12, 2012, 2:00P.M.at the GSO conference room, U.S. Embassy Seoul, Korea. If you intend to participate in the conference, please contact Mr. Cho, Yeong Yeon (Tel. 02-397-4679, Fax: 02-796-0516) to make necessary arrangements for access no later than5:00 P.M., June 8, 2012. Offerors are requested to limit the number of participants to two persons per company.

Direct any questions regarding this solicitation to the Contracting Officer by letter or by telephone 02-397-4648 during regular business hours.

Sincerely,

Otis L. Harrison

Contracting Officer

SOLICITATION, OFFER,AND AWARD
(Construction, Alteration, or Repair) / 1. SOLICITATION NO.
SKS700-12-Q-0023 / 2. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFQ) / 3. DATE ISSUED
5/31/2012 / PAGE OF PAGES
1 of 43
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 BYCODE / 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 perimeter wall at the Chancery compound.
SF-1442, Solicitation, Offer and Award
A. Price
B. Scope of Work
C. Packaging and Marking
D. Inspection and Acceptance
E. Deliveries/Performance
F. Administrative Data
G. Special Requirements
H. Clauses
I. List of Attachments
- Attachment#1Breakdown of Price by Divisionsof Specifications
- Attachment#2List of Material Only With Quantity To Be Used With No Prices
- Attachment#3Drawings (will be provided at the pre-quotation conference)
J. Quotation Information
K. Evaluation Criteria
L. Representations, Certifications, and other Statements of Offerors or Quoters
11. The Contractor shall begin performance on the start date in the Notice to Proceed and complete it not later than45calendar days
after receiving contract award, from the start date in the Notice to Proceed.
This performance period is mandatory, negotiable. (SeeSection E.)
12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE 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 onecopy to perform the work required are due at the place specified in Item 8 by 5:00P.M., local timeJune 20, 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 7540-01-155-32121442-101STANDARD 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)
CODEFACILITY 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 ___ 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. 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 BYCODE / 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.SIGNATURE / 30C. DATE
/ 31B. UNITED STATES OF AMERICABY: / 31C. AWARD DATE

Computer GeneratedSTANDARD FORM1442 BACK (REV. 4-85)

REQUEST FOR QUOTATIONS - CONSTRUCTION

A.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 and profit.

______Total Price

B.SCOPE OF WORK

B.1INTRODUCTION

The U.S.Embassy Seoul requires installing perimeterwall at the Chancery Compoundof the U.S. Embassy Seoul, Korea.

The contractor shall demolish the existing CMU perimeter wall, metal fence, sandwich panel, downspout and gutter between Korean National Contemporary Museum and old temporary CAC at the north east wall of the Chancery perimeter wall. Contractor shall construct 2.75 meter high concrete wall, metal fence, and other works as per the scope of the work.

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.

B.2DESCRIPTION OF WORK

B.2.1TEMPORARY WORK

B.2.1.1Prior to construction commencement, the contractor shall protect all the utility facilities, conduit pipes, ESO security wires and conduit pipes, ISC warehouse and FM warehouse by covering them with vinyl sheet or plywood during the demolition work.

B.2.1.2The contractor shall pack and relocate the FM and ISC warehouse stocks to the temporary container located at the backyard of Chancery compound.

B.2.1.3 The contractor shall provide temporary concrete barrier (Jerseybarrier) as per the site plan prior to work. The contractor shall install temporary Electrolytic Galvanized Iron (E.G.I) fence (H=2.4m) where the perimeter wall and sandwich panel are removed as per the drawing C-01.

B.2.1.4The contractor shall provide temporary safety barrier and construction sign at the construction area.

B.2.1.5 All the noisy, smell, and hot work shall be done during weekend and holidays. The contractor shall receive approval of the hot work before the work.

B.2.1.6The contractor shall keep the working area clean on a daily basis during working period.

B.2.1.7The contractor shall dispose of all the construction debris upon approval by the COR and submit a certificate of legal disposal of construction debris.

B. 2.1.8Thecontractor shall repair damages at their own expense in the event that the contractor causes any damage.

B.2.2DEMOLITION WORK

B.2.2.1 All building utilities shall be disconnected before any removal and/or demolition is commenced by any mechanical trade.

B.2.2.2The contractor shall remove the 16 meter long existing CMU perimeter wall including concrete column and footing.

B.2.2.3The contractor shall remove the 100 thick sandwich wall panel including gutter and downspout at the temporary CAC building.

B.2.2.4The contractor shall support the steel truss structure roof with 100mm square, 2.3mm thickness steel post and additional beam temporarily.

B.2.2.5The contractor shall modify the existing metal fence and Polycarbonate (Lexan) panel to fit new perimeter wall.

B.2.3EARTH WORK

B.2.3.1Before excavation, the contractor shall inspect the existing underground utility lines.

B.2.3.2If there are unidentified underground utilities found during the excavation work, the contractor shall immediately stop excavation and report the findings to the COR.

B.2.3.3The contractor shall provide earth work including excavation, filling, compaction, and leveling for installation of new concrete footing for new concrete perimeter wall.

B.2.3.4The contractor shall provide the base course below the concrete footingand the base course will be 15 cm thick layer of aggregate which is not exceed the maximum size of 12 mm.

B.2.4 CONCRETE WORK

B.2.4.1The contractor shall provide reinforced concrete (210kg/cm2) footing and anti-ram perimeter wall as per the enclosed drawing S-01, S-02, S-03, and S-04.

B.2.4.2The reinforcing bar for concrete footings and wall shall have 4000kgf/cm2 tensile yield strength and shall meet the KSD 3504 requirement.

B.2.5STEEL WORK

B.2.5.1The contractor shall install 100mm square and 2.3 mm thickness steel column and beam as per the drawing S-01, S-02, S-03, and S-04.

B.2.5.2The contractor shall submit the shop drawing and receive approval from the CORprior to steel structure installation.

B.2.5.3 The contractor shall fabricate rebar for new anti-ram wall as per the drawing S-01, S-02, S-03, and S-04.

B.2.5.4 The contractor shall provide seven (7) sets of metal fence steel post and it shall be level and plumb.

B.2.5.5The contractor shall apply anti-corrosive paint and two coats of enamel paint to steel post.

B.2.6SANDWICH PANEL WORK

B.2.6.1The contractor shall install 100mm thick glass wool sandwich panel as per the drawing S-01, and S-03.

B.2.6.2The contractor shall install two (2) sets of metal downspout and gutter.

B.2.6.3The total length of metal gutter is 11m and all the gutterand downspout shall be 0.8 mm thick galvanized metal color sheet.

B.2.7NEW PERIMETER WALL PAINT WORK

B.2.7.1 The contractor shall fill cracks, joints and holes on the concrete wall. Fill the fine plaster putty in the gaps.

B.2.7.2The contractor shall apply sand paper for smoothing the putty surface after the putty dries completely.

B.2.7.3The contractor shall apply one (1) coat of brush primer paint on the Y shape metal fence, downspout and cutter.

B.2.7.4The contractor shall apply two (2) coats of brush enamel paint on the Y shape metal fence, downspout and cutter.

B.2.7.5The contractor shall apply two (2) coats of roller exterior latex on the boundary wall

B.2.7.6The contractor shall apply the weatherized sealant all around the bottom of metal fence posts to avoid possibility of dripping rust water on the perimeter wall.

B.2.7.7The contractor shall use scaffolding or bucket truck above the eye level painting, sanding, cleaning and putty works.

B.2.7.8Types of paints shall be used for the following areas:

Location Paint product Gloss level Color #

Ext. Wall SAMHWAEmulsion, FlatTBD

KSM 6010 1class 1st

SB-T-01

Rust-preventing SAMHWA SB-P-19 TBD

Metal fence SAMHWA SB-P-18 TBD

B.2.7.9 Minimum two paintingcoats are required after primer coat.

B.2.7.10 Wherever spray application is used, apply each coat to provide the equivalent hiding of brush-applied coats. Do not double-back with spray equipment to build up film thickness of two coats in one pass, unless recommended by the manufacturer.

B.2.8ELECTRICAL WORK

B.2.8.1The contractor shall relocate the electrical conduit pipes on the wall sandwich panel which shall be removed.

B.2.8.2The contractor shall relocate the security conduit pipes (Under ESO control) over the exterior wall sandwich panel which shall be removed.

B.2.8.3The contractor shall provide all lighting fixtures complete with wiring and connections as per the drawing E-01.

B.2.8.4All the power wire and cable shall run into the metal conduit, pull box, joint box, and other fittings.

B.3EXAMINATION OF THE SITE

The Contractor acknowledges that he has satisfied himself as to the nature of materials and methods of the existing construction noted for repair or replacement, and to the obstacles likely to be encountered, insofar as this information is reasonably ascertainable from an inspection of the specified structures and or premises. The Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the USG. Before commencing activities, the Contractor shall: (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to the Contractor with the Contract Documents; and (3) promptly report errors, inconsistencies or omissions discovered to the USG.

B.4QUALITY CONTROL

2

3

4

B.4.1Quality Control is the means by which the Contractor ensures that the construction, to include that of subcontracts and suppliers, complies with the requirements of the contract. The controls shall be adequate to cover all construction operations, including both on site and off site fabrication, and will be keyed to the proposed construction sequence.

B.4.2The Quality Control Program shall be based on a three-phase control process including,Preparatory Phase, Initial Phase and Follow-up Phase.

B.4.2.1Preparatory phase: Contractor shall prepare and explain their construction plan (man-power schedule, working schedule in detail, surface treatment method, safety plan, fire protection plan etc.)

B.4.2.2Initial phase: Contractor shall make one sample area for each case such as; paintcolor etc. for approval by the COR.

B.4.2.3Follow-up phase: Contractor shall perform their work according to Preparatory phase and Initial phase.

B.4.3Submittals: The Contractor shall submit a Quality Control planfor acceptance by the COR. The plan shall identify and describe the site organization, personnel, records, and forms to be used. The Embassy reserves the right to require the Contractor to make changes in his plan and operations, including removal of personnel, as necessary, to obtain the quality specified.

B.5SAFETY MANAGEMENT PLAN

Contractor shall submit safety management plan based on the latest version of U.S. Army Corpsof Engineers Safety and Health Requirements Manual, EM 385-5-5, in effect on the date of thesolicitation.

B.5.1Safety (FAR 52.236-13 Accident Prevention)

The Contractor shall provide and maintain work environments and procedures which will-

(a)Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities.

(b)Avoid interruptions of Government operations and delays in project completion dates.

(c)Control excess costs in the performance of this contract.

Contractor shall comply with all pertinent provisions of the latest version of U.S. Army Corps ofEngineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation.

Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition that poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action.

This notice, when delivered to the Contractor or the Contractor's representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action.

If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause.

C.PACKAGING AND MARKING

Mark materials delivered to the site as follows:

Facility Management Officer

American Embassy, Seoul

10, Namyoung-dong, Yongsan-ku, Seoul, Korea

D.INSPECTION AND ACCEPTANCE

The COR, or his/her authorized representatives, will inspect from time to time the services being performed and the supplies furnished to determine whether work is being performed in a satisfactory manner, and that all supplies are of acceptable quality and standards.

The Contractor shall be responsible for any countermeasures or corrective action, within the scope of this contract, which may be required by the Contracting Officer as a result of such inspection.

D.1Substantial Completion

(a) "Substantial Completion" means the stage in the progress of the work as determined and certified by the Contracting Officer in writing to the Contractor, on which the work (or a portion designated by the Government) is sufficiently complete and satisfactory. Substantial completion means that the property may be occupied or used for the purpose for which it is intended, and only minor items such as touch-up, adjustments, and minor replacements or installations remain to be completed or corrected which:

(1) do not interfere with the intended occupancy or utilization of the work, and

(2) can be completed or corrected within the time period required for final completion.

(b) The "date of substantial completion" means the date determined by the Contracting Officer or authorized Government representative as of which substantial completion of the work has been achieved.

Use and Possession upon Substantial Completion - The Government shall have the right to take possession of and use the work upon substantial completion. Upon notice by the Contractor that the work is substantially complete (a Request for Substantial Completion) and an inspection by the Contracting Officer or an authorized Government representative (including any required tests), the Contracting Officer shall furnish the Contractor a Certificate of Substantial Completion. The certificate will be accompanied by a Schedule of Defects listing items of work remaining to be performed, completed or corrected before final completion and acceptance. Failure of the Contracting Officer to list any item of work shall not relieve the Contractor of responsibility for complying with the terms of the contract. The Government's possession or use upon substantial completion shall not be deemed an acceptance of any work under the contract.