U.S. Embassy Seoul

General Services Office

Tel. 82-2-397-4648

Fax: 82-2-796-0516

Date: March15, 2012

Dear Prospective Quoter:

SUBJECT: Solicitation Number SKS700-12-Q-0018, Storm Ditch Cleaning Services

Enclosed is a Request for Quotations (RFQ) forAnnual storm ditch cleaning servicesat the Yongsan Embassy Housing (YEH) 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 contract 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.

Quotations are due byMarch30, 2012 at10:00A.M.

The Embassy intends to conduct a pre-quotation conference/site visit on March22, 2012 at2:00P.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. onMarch20, 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-0018 / 2. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFQ/RFP) / 3. DATE ISSUED
3/15/2012 / PAGE OF PAGES
1 of 38
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: Annual Storm Ditch Cleaning atYongsan Embassy Housing
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
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 than20calendar 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 10:00 A.M., local timeon March30, 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.
D. 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 Storm Ditch Cleaning Services atYongsan Embassy Housing (YEH) compoundof the U.S. Embassy Seoul, Korea.

The contractor shall remove all sediments and debris within the YEH compound storm ditch system. The contractor will repair/replace broken, collapsed, missed concrete covers and ditch structure. The contractor will report to the COR any ditch structure that are above existing ground level and location where there is standing water. The Contractor shall furnish all the necessary materials, labor, investigation, supervision, equipment, transportation, etc.

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.

B.2DESCRIPTION OF WORK

B.2.1CLEANING AND REPAIR WORK

B.2.1.1The contractor shall open all the ditch covers and remove dried leaves, dirt, trash, etcetera from the ditch and catch basin throughout the entire YEH compound, total 3.5KM(2.1Mile). The contractor is also responsible for disposing of collected debris and sludge in accordance with local environmental law without additional cost.

B.2.1.2The contractor shall repair cracks, broken structures and uneven surfaces inside ditch with waterproof cement mortar as directed by project supervisor. The estimated amount of repair is 0.8KM (0.48Mile) of ditch, however the total amount of repair may vary from this estimate.

B.2.1.3The contractor will ensure that all efforts will be taken to protect the surrounding grounds and ditch form potential rain flooding/wash out during the repair process.

B.2.2ADDITIONAL DITCH COVER

B.2.2.1The contractor shall fabricate and replace cracked or broken concrete ditch covers to the following dimensions as needed or directed by the COR.

Conc. Cover Size Quantity

70mm Thk. x 300mm W x 550mm L 31 Ea.

70mm Thk. x 300mm W x 700mm L 53 Ea.

Note: New concrete ditch covers must contain #5x#5/6”x6” rebar reinforcement.

B.2.2.2The Government will not provide storage space for this project; the contractor is responsible for delivering necessary materials and tools to the project site for each work.

B.2.2.3The Contractor shall clean the job site after each work.

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.

B.6PROGRESS SCHEDULE AND REPORTS

A Contractor Daily Quality Control Report shall be developed and submitted to the COR no later than 11:00 A.M. the following workday after construction begins. The report shall be submitted in original and one (1) copy. A report is required for every calendar day of the contract duration. For days when no contract activities take place, the COR maywaive the requirement for daily report.

C.PACKAGING AND MARKING

Mark materials delivered to the site as follows:

Facility Management Officer

American Embassy, Seoul

10, Namyoung-dong, Yongsan-gu, 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.

D.2Final Completion and Acceptance

D.2.1 "Final completion and acceptance" means the stage in the progress of the work as determined by the Contracting Officer and confirmed in writing to the Contractor, at which all work required under the contract has been completed in a satisfactory manner, subject to the discovery of defects after final completion, and except for items specifically excluded in the notice of final acceptance.

D.2.2The "date of final completion and acceptance" means the date determined by the Contracting Officer when final completion of the work has been achieved, as indicated by written notice to the Contractor.

D.2.3Final Inspection and Tests -The Contractor shall give the Contracting Officer at least seven (7) days advance written notice of the date when the work will be fully completed and ready for final inspection and tests. Final inspection and tests will be started not later than the date specified in the notice unless the Contracting Officer determines that the work is not ready for final inspection and so informs the Contractor.

D.2.4Final Acceptance - If the Contracting Officer is satisfied that the work under the contract is complete (with the exception of continuing obligations), the Contracting Officer shall issue to the Contractor a notice of final acceptance and make final payment upon:

  • Satisfactory completion of all required tests,
  • a final inspection that all items by the Contracting Officer listed in the Schedule of Defects have been completed or corrected and that the work is finally complete (subject to the discovery of defects after final completion), and
  • submittal by the Contractor of all documents and other items required upon completion of the work, including a final request for payment and a final acceptance (Request for Final Acceptance)

E.DELIVERIES OR PERFORMANCE

52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK(APR 1984)

The Contractor shall be required to:

(a)Commence work under this contract on the start date in the Notice to Proceed.

(b)Prosecute the work diligently, and,

(c)Complete the entire work ready for use not later than 30calendar days from the start date in the Notice to Proceed.

The time stated for completion shall include final cleanup of the premises and completion of punch list items.

52.211-12 LIQUIDATED DAMAGES - CONSTRUCTION (SEP 2000)–RESERVED.

E.1CONTRACTOR'S SUBMISSION OF CONSTRUCTION SCHEDULES

(a)The time for submission of the schedules referenced in FAR 52.236-15, "Schedules for Construction Contracts", paragraph (a), is hereby modified to reflect the due date for submission as "three (3) calendar days after receipt of an executed contract".

(b)These schedules shall include the time by which shop drawings, product data, samples and other submittals required by the contract will be submitted for approval.

(c)The Contractor shall revise such schedules (1) to account for the actual progress of the work, (2) to reflect approved adjustments in the performance schedule, and (3) as required by the Contracting Officer to achieve coordination with work by the Government and any separate contractors used by the Government. The Contractor shall submit a schedule, which sequences work so as to minimize disruption at the job site.