Embassy of the United States of America

General Services Office

Tel. 82-2-397-4700

Fax 82-2-796-0516

August 12, 2011


To prospective offeror:

This is to advise you that solicitation number SKS700-11-R-0007, issued on July 13, 2011 for Renovation of Agriculture Trade Office (ATO) has been amended to provide additional government-furnished property and revise the scope of work to effect the change as stated in the attached SF 30.

The Government is distributing the amendment to all recipients of the solicitation for consideration by prospective offerors.

Please acknowledge receipt of the amendment No. 2 as instructed in block 11.(a) in the attached Standard Form 30.

You may contact me at 02-397-4700 (Tel.), 02-796-0516 (fax), if you have any questions.

Sincerely,

Judith H. Semilota

Contracting Officer

Attachment: As stated

1. CONTRACT ID CODE / PAGE OF PAGES
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT / 1 / 3
2. AMENDMENT/MODIFICATION NO. / 3. EFFECTIVE DATE / 4. REQUISITION/PURCHASE REQ. NO. / 5. PROJECT NO. (If applicable)
A002 / August 12, 2011 /
6. ISSUED BY / CODE / 7. ADMINISTERED BY (If other than Item 6) / CODE
General Services Office
American Embassy
Seoul, Korea
8. NAME AND ADDRESS OF CONTRACTOR (No. Street, county, State and ZIP: Code) / () / 9A. AMENDMENT OF SOLICITATION NO.
x / SKS700-11-R-0007
9B. DATED (SEE ITEM 11)
July 13, 2011
10A. MODIFICATION OF CONTRACT/ORDER NO.
10B. DATED (SEE ITEM 13)
CODE / FACILITY CODE
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods:
(a) By completing Items 8 and 15, and returning one (1) copy of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATA SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and data specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)
13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS,
IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
() / A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.
B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).
C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
D. OTHER Specify type of modification and authority)B.3.6, B.4.1.5B.4.2.5, B.4.3.5, and B.4.4.5
E. IMPORTANT: Contractor is not, is required to sign this document and return ____ copies to the issuing office.
14. Description of Amendment/Modification (Organized by UCF section headings, including solicitation/contract subject matter where feasible)
Renovation of Agriculture Trade Office (ATO) on the 6th floor of the Chancery building
1.  The purpose of this amendment is to provide additional government-furnished property and revise the scope of work to effect the change. Accordingly replace Section C.2.5 (C.2.5.1 and C2.5.2) and Attachment 5, ‘Government Furnished – Contractor Installed Items’ in Section J with the attached new ones, and add attached new Section C.2.15 (C.2.15.1 thru C.2.15.3).
2.  The due date and time for proposal is extended from10:00, August 16, 2011 to 10:00, August 26, 2011.
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.
15A. NAME AND TITLE OF SIGNER (Type or print) / 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)
/

Judith H. Semilota

15B. CONTRACTOR/OFFEROR / 15C. DATE SIGNED / 16B. UNITED STATES OF AMERICA / 16C. DATE SIGNED
(Signature of person authorized to sign) / BY ______
(Signature of Contracting Officer)

NSN 7540-01-152-8070 30-105 STANDARD FORM 30 (REV. 10-83)

SKS700-11-R-0007-A002

Page 2 of 3

3.  Section C.2.5 (C.2.5.1 and C2.5.2) is revised to read as follows:

C.2.5 Door and Window installation

C.2.5.1 The contractor shall furnish and install doors and windows as per door and window schedule as per the drawing A-13, A-13a and A-14.

C.2.5.2 The contractor shall install all Forced Entry/Ballistic Resistant (FE/BR) doors, windows and security hardware provided by the U.S Embassy. (See Attachment 5 for Government-Furnished property.)

4.  New Section C.2.15 (C.2.15.1 thru C.2.15.3) is added as follows:

C.2.15 Security System

C.2.15.1 The contractor shall provide and install all the conduit pipes, joint box coaxial cable (RG6) for the Closed Circuit Television (CCTV) system as per the drawing E-26, E-27, E-32 and E-33. (See Attachment 5 in Section J)

C.2.15.2 Delete all Contractor Furnished Contractor Installation (CFCI) items described at the drawing ATO6SY4.71 and ATO6SY4.72.

C.2.15.3 All Contractor Furnished Contractor Installation (CFCI) items described at the drawing ATO6SY4.71 and ATO6SY4.72 shall be provided by the Embassy. (See Attachment 5 in Section J)

SKS700-11-R-0007-A002

Page 3 of 3

5.  Attachment #5 is revised to read as follows:

ATTACHMENT #5

GOVERNMENT FURNISHED – CONTRACTOR INSTALLED ITEMS

Embassy’s Responsibilities: The Embassy will arrange and pay for product delivery to the site in accordance with the construction schedule. The Embassy and the Contractor shall jointly inspect the deliveries for shortages and damaged or defective items if needed. The Embassy will arrange for replacement of damaged, defective or missing items.

Contractor’s Responsibilities: The Contractor shall unload, uncrate, and store the products at the site and shall secure and protect them from exposure to the elements and other damage. Items lost or damaged after acceptance by Contractor shall be replaced at the Contractor’s expense.

Section Description Quantity

C.2.4 Acoustic ceiling tile 600x600x19mm 830 m2

C.2.5 D5, D6, D7, D27, D28 and Associated Security Hardware 5 Sets

C.2.7 Milliken Carpet Tile Size: 36”x36”, 944 m2

Whirling Wheat and 323 Twisting Tea and adhesive

C.2.8 Electrical duplex outlet (2-110V) 150 ea

C.2.10.2 High Port System (HPS15A) rack 1 Set

C.2.8.8 See drawing No. E-32, E-33 for more details.

PEN/TILT/ZOOM (P/T/Z SUP-3700) Camera 2 Sets

Power Distributor PD-9359A 1 EA

P/T/Z Camera Bracket SBP-300WM1 2 EA

P/T/Z Camera Mount SBP-300HM1 2 EA

P/T/Z Controller SCC-3100A 1 EA

Power Controller (4CH) SPR-800 2 EA

Digital Video Recorder (4 Channel) 1 Set

LCD Monitor (19 Inch) SMT-1922 1 Set

DVR (4 Inch) SVR-1670 1 Set

Blank Panel (1H) 2 EA

Rack Console 1 Set

C.2.11 See drawing No. ATO6 SY4.71 for more details.

Panel “E-X” 1 Set

Panel “ER-X” 1 Set

Regulator Transfer Switch 60 AMP 1 Set

(GE part# TC35321R Spec-Setter 3 Pole 2 Throw)

5kVA Voltage Regulator, Sola Part #63-23-750-8 1 Set

Panel “EU-X” 1 Set

UPS Bypass Switch Eaton Part # 1 Set

(BPE 04MBB1A-120V, BPE 02MBB1A-120V)

5.3kVA UPS Eaton Corp 1 Set