U.S. Embassy Seoul

General Services Office

Tel. 02-397-4648

Fax: 02-397-4744

Date: November 19, 2014

To: Prospective Quoters,

Subject: Request for Quotations No. SKS700-15-Q-0001, Legal Advisory Services for U.S. Embassy Seoul.

The Embassy of the United States of America invites you to submit a quotation for providing Legal Advisory Services for U.S. Embassy Seoul.

Your quotation must be submitted in a sealed envelope marked "Quotation Enclosed" to the Contracting Officer, Douglas R. Boudreau, #10, Namyoung-dong, Yongsan-gu, Seoul, Korea on or before 5:00 P.M. on December 9, 2014.

In order for a quotation to be considered, you must also complete and submit the following:

1.  SF-18

2.  Section A

3.  Additional information as required in Section I.

Direct any questions regarding this solicitation to Douglas R. Boudreau, Contracting Officer. Questions must be written in English and may be sent to fax number 02-397-4744.

Sincerely,

Douglas R. Boudreau

Contracting Officer

TABLE OF CONTENTS

SF 18 cover sheet

A. Prices

B. Statement of Work

C. Inspection and Acceptance

D. Deliveries and Performance

E. Contract Administration Data

F. Special Contract Requirements

G. Contract Clauses

H. List of Attachments

I. Instructions on How to Submit a Quotation

J. Evaluation Criteria

K. Representations, Certifications and Other Statements of Offerors or Quoters


REQUEST FOR QUOTATIONS

(THIS IS NOT AN ORDER) / THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE / PAGE OF PAGES
1/30
1. REQUEST NO.
SKS700-15-Q-0001 / 2. DATE ISSUED / 3. REQUISITION/PURCHASE REQUEST NO. / 4. CERT. FOR NAT. DEF. UNDER BDSA REG. 2 AND/OR DMS REG. 1 / RATING
5A. ISSUED BY
General Services Office, American Embassy, Seoul, Korea / 6. DELIVER BY (Date)
5B. FOR INFORMATION CALL: (Name and telephone no.) (No collect calls) / 7. DELIVERY
FOB DESTINATION OTHER
(See Schedule)
NAME
Douglas R. Boudreau / TELEPHONE NUMBER
AREA CODE
02 / NUMBER
397-4648
8. TO: / 9. DESTINATION
a. NAME / b. COMPANY
/ a. NAME OF CONSIGNEE
GSO-PUR, American Embassy Seoul
c. STREET ADDRESS
/ b. STREET ADDRESS
10, Namyoung–dong, Yongsan-ku
d. CITY
/ e. STATE / f. ZIP CODE / c. CITY
Seoul
d. STATE

Korea

/ e. ZIP CODE
10. PLEASE FURNISH QUOTATIONS TO THE ISSUING OFFICE IN BLOCK 5A ON OR BEFORE CLOSE OF BUSINESS (Date) / IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter
11. SCHEDULE (Include applicable Federal, State and local taxes)
ITEM NO.
(a) / SUPPLIES/SERVICES
(b) / QUANTITY
(c) / UNIT
(d) / UNIT PRICE
(e) / AMOUNT
(f)
1 / Legal Advisory Service, as specified in the statement of work in Section B
12. DISCOUNT FOR PROMPT PAYMENT / a. 10 CALENDAR DAYS
% / b. 20 CALENDAR DAYS
% / c. 30 CALENDAR DAYS
% / d. CALENDAR DAYS
NUMBER / %
NOTE: Additional provisions and representations are are not attached.
13 NAME AND ADDRESS OF QUOTER / 14 SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTATION / 15 DATE OF QUOTATION
a. NAME OF QUOTER
b. STREET ADDRESS
/ 16. SIGNER
c. COUNTY / a. NAME (Type or print)
/ b. TELEPHONE
d. CITY / e. STATE / f. ZIP CODE / c. TITLE (Type or print) / AREA CODE
NUMBER

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 18 (Rev. 6-95)
Previous edition not usable Prescribed by GSA-FAR (48 CFR) 53.215-1(a)

SECTION A – PRICES

A.1 CONTRACT TYPE

The Contractor shall perform all work required in Section B for various projects required by U.S. Embassy Seoul. This is an indefinite delivery, indefinite quantity labor-hour purchase order with fixed hourly rates. The Contracting Officer shall order work through task orders. The hourly rates stated in this purchase order shall include all direct and indirect costs, insurance, overhead, general and administrative expense, and profit.

A.2 LEVEL OF EFFORT

(a) The contractor shall provide the services for the base period of the contract year at the rates stated below.

(b) The quantities of supplies and services specified in the Schedule are estimates only and are not guaranteed by this contract.

(c) The contractor shall furnish to the Government, when and if ordered, the services as specified in the Schedule. Except as specified in the Delivery-Order Limitations clause or in the paragraph below, there is no limit on the number of orders that may be issued.

A.3 PRICING

A3.1 Value Added Tax

VALUE ADDED TAX (VAT). The Government will not reimburse the Contractor for VAT under this contract. The Contractor shall not include a line for VAT on Invoices as the U.S. Embassy has a tax exemption certificate with the host government.

A.3.2 The Government will issue task orders to the contractor on a firm fixed price basis. In establishing the fixed price for individual task orders, the Government will use the fixed hourly labor rates listed below.

Base Period:

Estimated Hours / x / Hourly Rate / Ceiling Price
Attorney Services / 100 hrs

First Option Period:

Estimated Hours / x / Hourly Rate / Ceiling Price
Attorney Services / 100 hrs

Second Option Period:

Estimated Hours / x / Hourly Rate / Ceiling Price
Attorney Services / 100 hrs

Third Option Period:

Estimated Hours / x / Hourly Rate / Ceiling Price
Attorney Services / 100 hrs

Fourth Option Period:

Estimated Hours / x / Hourly Rate / Ceiling Price
Attorney Services / 100 hrs

Grand Total Price: ______

A.4 MINIMUM AND MAXIMUM AMOUNTS

During this contract period, the Government shall place orders totaling a minimum of $20,000. This reflects the contract minimum for the entire period of performance. The amount of all orders shall not exceed $150,000. This reflects the contract maximum for the entire period of performance.


SECTION B – STATEMENT OF WORK

THE CONTRACTOR SHALL:

1.  Provide legal services in support of the United States Government (USG) in the development of a real property located in Seoul, South Korea, for use partially for Diplomatic office space and partially for multi-unit residential development in cooperation with a private developer. This may include, but is not limited to, legal services and advice in support of strategy development, negotiations, contract/agreement language, sales, purchases, leases, licenses, and exchanges, zoning applications, advising of common business practices, and government agreements for both existing and proposed or anticipated real property transactions. The contractor will be able to provide this, and any other guidance requested.

2.  Provide advice/assistance on issues that may arise related to existing agreements for the purchase or sale of real property.

3.  Provide advice/assistance on issues related to the formation of a joint venture or partnership between the USG and a private developer/corporation for residential development of a portion of the parcel of land where the future US Embassy will be constructed. This may include, but will not be limited to, guidance on common business practices in South Korea, structure of the agreement between the two parties, interactions/agreements with local and national government, and review/drafting of contracts, formal government communications, and agreements.

4.  Legal services may be required on multiple transactions at the same time.

5.  The Contractor will also provide guidance/assistance regarding the zoning of portions of the site as Diplomatic and residential.

THE CONTRACTOR SHALL:

1.  Review the original documents that conveyed a property interest to the U. S. government and report if there are any limitations on how the property may be utilized and provide guidance on how to cure any issues that may arise

2.  Confirm that all taxes normally assigned for this type of action will be waived.

3.  Assist Post in applying for waivers of registration, transfer, sales tax or charges to which the U. S. government is entitled to an exemption under international law and treaty, if requested.

4.  Summarize the costs that are usually paid by each party, both as a matter of custom and as a matter of law in order to determine whether the U. S. government will be entitled to any exemptions from payment. When custom and the law are in conflict explain which rule is typically followed.

5.  Research and advise on whether any local currency, VAT and other tax laws will affect the transaction.

6.  Explain when the actions are legally considered final as well as any issues which may encumber the rights to any party with an interest in the property.

7.  Provide details regarding any requirements that the U. S. government notify local governments of the action, and what additional host approvals or certifications are required by the local government, before, during and after the action.

8.  Review any contracts provided by the USG for compliance with local law and custom. If any explanations, changes and/or modifications are required, coordinate with the appropriate offices in Washington (OBO).

9.  Review any sales contract provided by another party to ensure that it best protects U. S. government interests and offer comments or changes. No draft shall give the Buyer or Transferee a unilateral right to cancel the contract. The contract must be subject to approval by the host government (if required) and the U. S. government. Forward the draft to OBO for review.

10.  Verify there are no mortgages, liens, charges, incidents of tenure, encroachments, reserved strips of land blocking access to public thoroughfares, street widening or public improvement projects proposed or pending, or any other encumbrances or defects of any kind recognized by the laws of the country as affecting the title or rights to utilize the property.

11.  Recommend further modifications to the contract if necessary and provide a translation of the final package.

12.  Prepare and properly register all appropriate documents required by local law and coordinate with local government offices.

13.  All other assigned tasks, as necessary.

THE CONTRACTOR SHALL:

1.  Submit monthly invoices for work performed in the prior calendar month to the Embassy for payment, and to Washington, D.C. officials for review. Provide separate accounting for work performed for the Embassy and housing projects. Any services provided which pertain to both should have fees partitioned between the two projects.

2.  Coordinate with Embassy officials, Washington, D.C. staff, real estate and other service providers, and experts as needed.

3.  Create a complete close-out package with all required documentation and their English translations.


SECTION C -INSPECTION AND ACCEPTANCE

52.2522 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. In addition, the full text of a clause may be accessed electronically at: http://acquisition.gov/far/index.html or http://farsite.hill.af.mil/vffara.htm. These addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at https://www.statebuy.state.gov. You may also use an Internet “search engine” (for example, Google, Yahoo or Excite) to obtain the latest location of the most current FAR.

52.2466 INSPECTIONTIMEANDMATERIAL AND LABORHOUR (MAY 2001)

SECTION D - DELIVERIES AND PERFORMANCE

D.1 52.2522 CLAUSES INCORPORATED BY REFERENCE (JUN 1988)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. In addition, the full text of a clause may be accessed electronically at: http://acquisition.gov/far/index.html or http://farsite.hill.af.mil/vffara.htm. These addresses are subject to change.

If the Federal Acquisition Regulation (FAR) is not available at the locations indicated above, use the Department of State Acquisition website at http://www.statebuy.state.gov. You may also use an Internet “search engine” (for example, Google, Yahoo or Excite) to obtain the latest location of the most current FAR.

52.24215 STOPWORK ORDER (AUG 1989)

D.2 Period of Performance

The base contract period will be one year from the date of award. The Government may extend the purchase order by exercising a one-year option. The contract period, including a maximum of 4 option years, may not exceed 5 years.

Page 2

SECTION E -CONTRACT ADMINISTRATION DATA

E.1. CONTRACTING OFFICER’S REPRESENTATIVE.

DOSAR 652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a)  The Contracting Officer may designate in writing one or more Government employees, by name or position title, to take action for the Contracting Officer under this contract. Each designee shall be identified as a Contracting Officer’s Representative (COR). Such designation(s) shall specify the scope and limitations of the authority so delegated; provided, that the designee shall not change the terms or conditions of the contract, unless the COR is a warranted Contracting Officer and this authority is delegated in the designation.

(b)  The COR for this contract is the Facility Manager.

E.2 INVOICING AND PAYING INSTRUCTIONS

a. The Contractor shall submit the invoice in the original and three copies to the designated billing address indicated below. The COR will determine if the invoice is complete and proper as submitted. The COR also will determine if billed services have been satisfactorily performed. If the amount billed is incorrect, the COR will, within seven days, request the Contractor to submit a revised invoice.

b. The Contractor shall specifically identify the last invoice as "Final Invoice." The final invoice shall include the remaining payments due under the basic contract and any and all modifications issued.

c. Contractor shall mail the invoices to:

U.S. Embassy Seoul

Financial Management Office

#188, Sejongdaero, Jongno-gu

Seoul, Korea


SECTION F - SPECIAL CONTRACT REQUIREMENTS

F.1 PERMITS

Without additional cost to the Government, the Contractor shall obtain all permits, licenses, and appointments required for this contract.

F.2 RELEASE OF INFORMATION