U.S. Embassy Ulaanbaatar

Date: 07.22.2014

To: Prospective Quoters

Subject: Request for Quotations number SMG10014Q0020-M001

Enclosed is a Request for Quotations (RFQ) for Perimeter fencing service for US Embassy Ulaanbaatar. 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 to the address shown on the Standard Form 1449 that follows this letter.

The Embassy intends to conduct a pre-quotation conference at the Embassy on July 17, 2014 at 10:00 am. All prospective offerors are strongly encouraged to attend. You must RSVP to the pre-quotation conference by noon on July 16 to .

The U.S. Government intends to award a purchase order to the responsible company submitting an acceptable quotation at the lowest price. 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.

In compliance with procurement regulations, a pre-solicitation advertisement ran on the US Embassy website from July 2- July 12, 2014. Based on the US Government’s Independent Cost Estimate, prospective vendors are required to be registered and in good standing with the System of Award Management (SAM.gov) in order to be considered. The government estimates that the total value of the contract is less than $202,000 and as a result is not covered under the World Trade Organization Government Procurement Agreement.

Your completed quotation must be submitted in a sealed envelope marked "Quotation Enclosed for SMG10014Q0020" to the US Embassy, Denver Street #3, 11th Micro District, Ulaanbaatar 14190, Attn: Thomas Czerwinski, Contracting Officer before 17:00, August 29, 2014. No quotations will be accepted after this time. Responses must be in English. Incomplete packages will not be accepted. Emailed quotations will not be accepted.

Direct any questions regarding the solicitation to Thomas Czerwinski by email at or by telephone at 7007-6169 during regular business hours.

Sincerely,

Thomas Czerwinski

Contracting Officer

Enclosure

TABLE OF CONTENTS

Section 1 - The Schedule

·  SF 1449 cover sheet

·  Continuation To SF-1449, RFQ SMG10014Q0020, Prices, Block 23

·  Continuation To SF-1449, RFQ SMG10014Q0020 , Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement

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 - Representations and Certifications

·  Offeror Representations and Certifications

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT / 1. CONTRACT ID CODE
/ PAGE OF PAGES
1 ç1
2. AMENDMENT/MODIFICATION NO.
M001 / 3. EFFECTIVE DATE
July 22, 2014 / 4. REQUISITION/PURCHASE REQ. NO. / 5. PROJECT NO. (If applicable)
6. ISSUED BY CODE / 7. ADMINISTERED BY (If other than Item 6) CODE
US Embassy Ulaanbaatar
Denver Street, 11th Micro District
Ulaanbaatar 14192
Mongolia
8. NAME AND ADDRESS OF CONTRACTOR (NO., street,city,county,State,and ZIP Code) / 9a. AMENDMENT OF SOLICITATION NO.
SMG10014Q0020
9b. DATED (SEE ITEM 11)
07/15/2014
10a. MODIFICATION OF CONTRACT/ORDER NO.
N/A
10b. DATED (SEE ITEM 13)
11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS
[X] The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers
[X] 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 1 copies 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 DATE 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 date 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.
N/A / A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE
CONTRACT ORDER NO. IN ITEM 10A.
N/A / 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)
N/A / C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:
N/A / D. OTHER
E. IMPORTANT: Contractor [X] is not, [ ] is required to sign this document and return _1_ copies to the issuing office.
14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
The reason for the Amendment is due to changes in the scope of work. In the original solicitation, the statement of work included fencing with gates and estimated length of fence is 462 meters (excluding gates). The three double swing gates, each pair measuring 9 meters across, are in addition to the 462 meters of fence.
For Amendments, crossed-out text is no longer valid, and highlighted text is new.
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 OF CONTRACTING OFFICER
15B. NAME OF CONTRACTOR/OFFEROR
BY
(Signature of person authorized to sign) / 15C.DATE SIGNED / 16B. UNITED STATES OF AMERICA

BY
(Signature of Contracting Officer) / 16C.DATE SIGNED
07/22/2014

NSN 7540-01-152-8070 Standard Form 30 (revised 10/83)

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NUMBER / PAGE 1 OF
1of #2
2. CONTRACT NO. / 3. AWARD/EFFECTIVE
DATE / 4. ORDER NUMBER / 5. SOLICITATION NUMBER
SMG10014Q0020 / 6. SOLICITATION ISSUE DATE
07/15/2014
7. FOR SOLICITATION
INFORMATION CALL: / a. NAME
Thomas Czerwinski, Contracting Officer / b. TELEPHONE NUMBER(No collect calls) 7007-6169 / 8. OFFER DUE DATE/ LOCAL TIME
08/29/2014 @ 5:00PM
9. ISSUED BY CODE / 10. THIS ACQUISITION IS / UNRESTRICTED OR / SET ASIDE:____ % FOR:
SMALL BUSINESS / WOMEN-OWNED SMALL BUSINESS
US Embassy Ulaanbaatar
Denver Street #3
11th Micro District / HUBZONE SMALL
BUSINESS / (WOSB) ELLIGIBLE UNDER THE WOMEN-OWNED
SMALL BUSINESS PROGRAM NAICS:
Ulaanbaatar 14190
Mongolia / SERVICE-DISABLED
VETERAN-OWNED
SMALL BUSINESS / EDWOSB
8 (A) / SIZE STANDARD:
11. DELIVERY FOR FOB DESTINAT-
TION UNLESS BLOCK IS
MARKED
X SEE SCHEDULE / 12. DISCOUNT TERMS / 13a. THIS CONTRACT IS A
RATED ORDER UNDER
DPAS (15 CFR 700) / 13b. RATING
14. METHOD OF SOLICITATION
X RFQ IFB RFP
15. DELIVER TO / CODE / 16. ADMINISTERED BY / CODE
US Embassy Ulaanbaatar
Denver Street #3
11th Micro District
Ulaanbaatar 14190
Mongolia /
Thomas Czerwinski, Contracting Officer
17a. Contractor/Offeror / CODE / FACILITY CODE / 18a. PAYMENT WILL BE MADE BY
US Embassy Ulaanbaatar
Financial Management Office
Denver Street #3
11th Micro District
Ulaanbaatar 14190
Mongolia / CODE
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
See continuation page for line item details.
(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 / X ARE ARE NOT ATTACHED
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA / X ARE ARE NOT ATTACHED
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN 1 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)
Thomas Czerwinski / 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV.02/2012)

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

19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
0001 / “Perimeter fence, 3m height” / 1
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
41.a. 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

SECTION 1 - THE SCHEDULE

CONTINUATION TO SF-1449

RFQ NUMBER SMG10014Q0020

PRICES, BLOCK 23

I. PERFORMANCE WORK STATEMENT

A.  The purpose of this firm fixed price purchase order is to for Perimeter fencing in accordance with DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

B.  The contract will be for a one-time period from the date of the contract award.

II. PRICING

Quotation must be submitted in local currency.

Item / Description / Quantity / Unit of Measure / Price / Total
0001 / “Perimeter fence, 3m height” / 1 / All

III. VALUE ADDED TAX

VALUE ADDED TAX. Value Added Tax (VAT) is not included in the CLIN rates. Instead, it will be priced as a separate Line Item in the contract and on Invoices. Local law dictates the portion of the contract price that is subject to VAT; this percentage is multiplied only against that portion. It is reflected for each performance period.

CONTINUATION TO SF-1449,

RFQ NUMBER SMG10014Q0020

SCHEDULE OF SUPPLIES/SERVICES, BLOCK 20

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

The solicitation is for fencing project for the Embassy property with following specifications and requirements. The fencing work should be start approximately in September 5th, 2014.

The rates below shall include all direct and indirect costs, insurance (see FAR 52.228-4 and 52.228-5), overhead, and profit. The prices include all expenses and materials required to complete the work.

WORK REQUIREMENT

•  A contractor to provide and install fence and gate. Estimated length of fence is 462 meters (excluding gates). The three double swing gates, each pair measuring 9 meters across, are in addition to the 462 meters of fence.

•  A contractor to provide and install fence. The length of fence is 441 meters. See attachment #1 for fencing zones and length.

•  Installation to include: Site preparation, hole digging, setting posts, installing and attaching fence panels. and installing swing gates at three specified locations.

•  Fence style is to be industrial grade three rail, spear top steel picket fence

•  Fence height is 3 meters

•  Fence panels are 3 meters long

•  Post spacing is 3 meters (except when adjustment of spacing is needed to install gates)

•  Three double swing hinged gates sized to fit driveways (9 meters), with tie-back posts installed. Gates are to be 2 meters in height and of same material as fence.

•  Posts are to be 4mm square stock steel (60mm x 60mm). Fence uprights (pickets) are to be 2mm square stock steel (40mm x 40mm). Cross rails are to be 3mm square stock steel (60mm x 60mm).

•  All steel is to be painted flat black.

•  Posts to be planted in 20cm x 20cm holes, 60 90cm deep and set in concrete

•  Fence panel bottom is to be 10 cm from finished grade.

The Government will conduct a site visit on July 17 to review the location of the fence.

This Statement of Work requires the Contractor to furnish all materials and labor for fencing in a safe manner. The contractor shall furnish all tools and equipment. The Contracting Officer’s Representative (COR) from the embassy will inspect work and materials to verify that they meet the requirements of the contract.

PRODUCTS USED

The contractor will include a list of materials to be used for fencing as part of their offer. Materials should be new and meets work requirement above and meet commercial best practices for fencing.

SITE RESTORATION

The contractor shall ensure that all facilities receiving this work shall be left in a condition acceptable to the COR.

DISPOSAL OF MATERIALS REMOVED

The contractor shall be responsible for the disposal of all trash created while performing this project.

SAFETY

Safety is the highest priority on this and all Embassy projects. The contractor shall insure that all employees work safely in accordance with United States safety standards such as the wear of hard hats, safety glasses, gloves and the proper use of equipment. Safety concerns shall be brought to the attention of the COR.