U.S. Embassy Seoul

General Services Office

Tel. 82-2-397-4700

Fax: 82-2-397-4744

Date: May2, 2014

To:Prospective Offerors

Subject: Solicitation number SKS700-14-R-0027, Generator Maintenance Services

Enclosed is a Request for Proposal (RFP) for Generator Maintenance Services. If you would like to submit a proposal, follow the instructions in Section L of the solicitation, complete the required portions of the attached document, and submit it to the address shown on the Standard Form 33 that follows this letter.

The pre-proposal conference will be held at the GSO conference room at #10, Namyoung-dong, Yongsan-gu, Seoul, Korea on May 14, 2014, 2:00P.M. and the sitevisit will be conducted right after the pre-proposal conference on the same day.

If you intend to participate in the pre-proposal conference, please contact Mr. Cho, Yeong Yeon (Tel. 82-2-397-4679, Fax: 82-2-397-4744) to make necessary arrangement for access no later than 5:00 P.M. on May12, 2014.

Offerors are requested to limit the number of participants to two persons per company. Please be sure to bring the solicitation document with you to the conference. No extra copies will be available at the conference.

Submit any questions you may have concerning the solicitation documents in writing by 5:00 P.M. on May12, 2014so that a response can be provided at this conference.

The U.S. Government intends to award a contract to the responsible offeror submitting an acceptable offer at the lowest price. We intend to award a contract based on initial proposal, without holding discussions, although we may hold discussions with companies in the competitive range if there is a need to do so.

Proposals are due by5:00 P.M. on June2, 2014. No proposal will be accepted after this time.

Sincerely,

Judith H. Semilota

Contracting Officer

SOLICITATION, OFFER AND AWARD / 1. THIS CONTRACT IS A RATED ORDER
UNDER DPAS (15 CFR 350) / RATING / PAGE OF PAGES
1 of 52
2. CONTRACT (Proc. Inst. Ident.) NO. / 3. SOLICITATION NO.
SKS700-14-R-0027 / 4. TYPE OF SOLICITATION
[ ] SEALED BID (IFB)
[x] NEGOTIATED (RFP) / 5. DATE ISSUED
5/2/2014 / 6. REQUISITION/PURCHASE NO.
7. ISSUED BY CODE / 8. ADDRESS OFFER TO (If other than item 7)
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
NOTE: In sealed bid solicitation "offer" and "offeror mean "bid" and "Bidder".
SOLICITATION
9. Sealed offers in original and one (1)copy for furnishing the services in the Schedule will be received at the place specified in item 8, or ifhand carried, in the depository located in U.S. Embassy Seoul until 5:00 P.M. local time June2, 2014 .
(hour)(date)
CAUTION - LATE Submissions, Modifications, and Withdrawals: See Section L. Provision No. 52.215-1. All offers are subject to all terms and conditions contained in this solicitation.
10. FOR INFORMATIONCALL: / A. NAME
Judith H. Semilota / B. TELEPHONE (NO COLLECT CALLS) / C. E-MAIL ADDRESS

AREACODE
82-2 / NUMBER
397 / EXT
4700
11. TABLE OF CONTENTS
(x) / SEC. / DESCRIPTION / PAGE(S) / (x) / SEC. / DESCRIPTION / PAGE(S)
PART I - THE SCHEDULE / PART II - CONTRACT CLAUSES
X / A / SOLICITATION/CONTRACT FORM / 1 / X / I / CONTRACT CLAUSES / 27-35
X / B / SUPPLIES OR SERVICE AND PRICES/COSTS / 2-5 / PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACHMENTS
X / C / DESCRIPTION/SPECS/WORK STATEMENT / 6-16 / X / J / ATTACHMENTS / 36
X / D / PACKAGING AND MARKING / 17 / PART IV - REPRESENTATIONS AND INSTRUCTIONS
X / E / INSPECTION AND ACCEPTANCE / 18-19 / X / K / REPRESENTATIONS, CERTIFICATIONS, AND / 37-46
X / F / DELIVERIES OR PERFORMANCE / 20-21 / OTHER STATEMENTS OF OFFERORS
X / G / CONTRACT ADMINISTRATION / 22 / X / L / INSTRS., COND., AND NOTICES TO OFFERORS / 47-50
X / H / SPECIAL CONTRACT REQUIREMENTS / 23-26 / X / M / EVALUATION FACTORS FOR AWARD / 51-52
OFFER (Must be fully completed by offeror)
NOTE: ITEM 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (120 calendar days unless a different period is inserted by the offer) from the date for receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set opposite each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT
(See section I, Clause No 52.232-8) / 10 CALENDAR DAYS (%) / 20 CALENDAR DAYS (%) / 30 CALENDAR DAYS (%) / CALENDAR DAYS (%)
14. ACKNOWLEDGMENT OF AMENDMENTS / AMENDMENT NO. / DATE / AMENDMENT NO. / DATE
(The offeror acknowledges receipt of amendments to the solicitation and related documents )
numbered and dated:
15A.NAMEANDADDRESSOFOFFEROR / CODE / FACILITY / 16. NAME AND TITLE OF PERSON AUTHORIZED
TO SIGN OFFER (Type or print)
15B. TELEPHONE NO. (Include area code) / [ ] 15C. CHECK IF REMITTANCE ADDRESS IS DIFFERENT FROM ABOVE - ENTER SUCH ADDRESS / 17. SIGNATURE / 18. OFFER DATE
AREACODE / NUMBER / EXT
AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEM NUMBERED / 20. AMOUNT / 21. ACCOUNTING AND APPROPRIATION
22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETITION:
[ ] 10 U.S.C. 2304(c)( ) [ ] 41 U.S.C. 253(c)( ) / 23. SUBMIT INVOICES TO ADDRESS SHOWN IN G.2 (2 copies unless otherwise specified) / ITEM
24. ADMINISTRATION BY (If other than Item 7) CODE / 25. PAYMENT WILL BE MADE BY CODE
26. NAME OF CONTRACTING OFFICER (Type of print) / 27. UNITED STATES OF AMERICA / 28. AWARD DATE
IMPORTANT - Award will be made on this form, or on the Standard Form 26, or by other authorized official written notice.

NSN AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 (REV 9-97)

Previous edition is unusable Prescribed by GSA – FAR (48 CFR) 53.214(c)

PART I - THE SCHEDULE

SECTION B

SUPPLIES OR SERVICES AND PRICES/COSTS

B.1SCOPE OF SERVICES

The Contractor shall provide all supervision, labor, tools, equipment, materials and supplies, transportation, and repair and replacement partsrequired to perform periodic inspection and preventive maintenance services and to perform emergency maintenance and repair services for the diesel electric generators, associated switchgear, wiring, and emergency power distribution identified below in accordance with Section C -DESCRIPTION/SPECIFICATIONS/WORK STATEMENT of this contract. The Government will furnish repair and replacement parts as listed in Exhibit A, “Government Furnished Property”. The Contractor will furnish all repair and replacement parts for locally manufactured equipment.

A List of diesel electric generators is provided as below:

Number / Type / Location / Output / Size
DWG 320 / Daewoo P158LE-2
Diesel with ATS / Ambassador’s Residence / 120/208 volt,
3 phase / 363 KVA
J800534016 / Onan 60.0DVA-15R/1J
Diesel with ATS / Chancery Building Roof / 120/208 volt,
3 phase / 75 KVA
K950591822 / Onan 36QSGBR Diesel with ATS / Chancery / 120/208 volt,
3 phase / 40 KVA
G04001020 / Daewoo DWG60
Diesel with ATS / Chancery / 120/208 volts,
3 Phase / 69 KVA
G0700425 / Daewoo DWG250E
Diesel with ATS / Chancery / 120/208volts,
3 Phase / 250 KVA
0655592 / Detroit Diesel 100DSJ
Diesel with ATS / Chancery / 120/208volts,
3 Phase / 69 KVA
2WB03007 / Caterpillar 3406DI
Diesel with ATS / Annex / 120/208 volt,
3 phase / 313 KVA
L96A000815 / Onan 60DGCB Diesel with ATS / Public Affairs Library, Annex / 120/208 volt,
3 phase / 75 KVA
Hyundai 200410 / Hyundai Jen Power HDG20
Diesel with ATS / Yongsan Embassy
Housing (ITC) / 208 volts,
1 Phase / 23 KVA
8N5751 / Caterpillar SR4 Diesel / U.S. Embassy Association / 120/208 volt,
3 phase / 112 KVA
5N5046 / Caterpillar SR4 Diesel / U.S. Embassy Association / 120/208 volt,
3 phase / 112 KVA
DB58 / Doosan Infracore LAG00 106570 Diesel with ATS / Yongsan Embassy Clinic / 120/208 volt,
1 phase / 75 KVA

B.2TYPE OF CONTRACTThis is a fixed price contract.

B.3TYPES OF SERVICES

(a)Standard Services. The Contractor shall perform standard preventive maintenance services without disrupting any electrical service or operations during regular working hours. Security requirements for entrance to, or exit from, U.S. Embassy facilities shall not be compromised during preventive maintenance services or emergency repairs.

(b)Temporary Additional Services.

The Contractor shall provide Temporary Additional Services as requested by the Contracting Officer (CO) through a written or oral order. Temporary Additional Services shall be accomplishedas described in Section C.2.b and shall be priced at fixed hourly rate. Any oral task orders issued shall be confirmed in writing within three business days.

B.4PRICING

(a)The Government will pay the Contractor a fixed price per month for Standard Services that have been satisfactorily performed. The Government will also pay the Contractor for Temporary Additional Services ordered each month by the Government for satisfactorily completed work.

(b)Temporary or standard services requiring materials exceeding $500.00 (USD) will be reimbursed, at cost, by the Government.

(c)The Contractor shall include any premium pay for overtime only in the fixed rates for Temporary Additional Services.

(d)The Government will also reimburse the Contractor at the purchase price excluding VAT for any materials or equipment ordered by the Government for Temporary Additional Services.

(e) The Government will make payment in local currency.

B.5BASE YEAR PRICES

(a)Standard Services. The fixed price for the first year of the contract (starting on the date stated in the Notice to Proceed and continuing for a period of 12 months) is:

Per month ______x 12 = ______per year

(b)Temporary Additional Services.

Fixed hourly rate:______

Estimated Number of hours Per Year 300 hours

Total Not to Exceed Per Year: ______

(c) Materials or equipment. The Government will reimburse the Contractor for any materials or equipment that the Government orders to be delivered in conjunction with any order for Temporary Additional Services. All reimbursements shall be at the Contractor's out of pocket cost, with no overhead, profit, or other charge added.

Material/Equipment Not to Exceed Per Year: W3,000,000

TOTAL for BASE YEAR: ______(a + b+ c)

B.6FIRST OPTION YEAR PRICES

Option Term: Twelve (12) Months

(a)Standard Services. The fixed-price for the first option year of the contract is:

Per month ______x 12 = ______per year

(b)Temporary Additional Services.

Fixed hourly rate: ______

Estimated Number of hours Per Year 300 hours

Total Not to Exceed Per Year: ______

(c)Materials or equipment. The Government will reimburse the Contractor for any materials or equipment that the Government orders to be delivered as part of Temporary Additional Services. All reimbursements shall be at the Contractor's out of pocket cost, with no overhead, profit, or other charge added.

Material/Equipment Not to Exceed Per Year: W3,000,000

TOTAL for FIRST OPTION YEAR:______(a + b = c)

B.7SECOND OPTION YEAR PRICES

Option Term: Twelve (12) Months

(a)Standard Services. The fixed-price for the first option year of the contract is:

Per month ______x 12 = ______per year

(b)Temporary Additional Services.

Fixed hourly rate: ______

Estimated Number of hours Per Year 300 hours

Total Not to Exceed Per Year: ______

(c)Materials or equipment. The Government will reimburse the Contractor for any materials or equipment that the Government orders to be delivered as part of Temporary Additional Services. All reimbursements shall be at the Contractor's out of pocket cost, with no overhead, profit, or other charge added.

Material/Equipment Not to Exceed Per Year: W3,000,000

TOTAL for SECOND OPTION YEAR:______(a + b = c)

B.8THIRD OPTION YEAR PRICES

Option Term: Twelve (12) Months

Option Term: Twelve (12) Months

(a)Standard Services. The fixed-price for the first option year of the contract is:

Per month ______x 12 = ______per year

(b)Temporary Additional Services.

Fixed hourly rate: ______

Estimated Number of hours Per Year 300 hours

Total Not to Exceed Per Year: ______

(c)Materials or equipment. The Government will reimburse the Contractor for any materials or equipment that the Government orders to be delivered as part of Temporary Additional Services. All reimbursements shall be at the Contractor's out of pocket cost, with no overhead, profit, or other charge added.

Material/Equipment Not to Exceed Per Year: W3,000,000

TOTAL for THIRD OPTION YEAR:______(a + b = c)

B.9GRAND TOTAL

Base Year Total:______

First Option Year Total:______

Second Option Year Total:______

Third Option Year Total:______

GRAND TOTAL:______

SECTION C

DESCRIPTION/SPECIFICATIONS/WORK STATEMENT

C.1Work Requirements

C.1.1General

The Contractor shall perform preventive maintenance and emergency maintenance and repair services for diesel electric generators, associated switchgear, wiring, and emergency power distribution installed at various Embassy controlled facilities in the Republic of Korea as identified in Section B. The Contractor shall furnish all managerial, administrative, and direct labor personnel necessary to accomplish the work in this contract. Contractor employees shall be on site only for contractual duties and not for other business purposes.

C.1.2Personnel

The Contractor shall provide a qualified work force meeting the contract requirements.

C.1.3Technical Personnel

The Contractor shall have a technical representative on staff who hold licenses and experience which are equivalent to those of Master Electrician/Master Generator Mechanic/Master Diesel Mechanic with a minimum of eight years heavy industrial experience. Contractor shall submit detailed summary of said Technical Representative for review by the Governments’ Technical Evaluation Panel. When the technical representative of the contractor terminates employment with the Contractor, Contractor shall immediately, within 3 days of termination, present substitute documentation on proposed replacement representative. The Government reserves the right to approve or disapprove of the proposed Technical Representative. Should Contractor fail to satisfy the Government as to the technical abilities of proposed Representative(s), this Contract may be immediately terminated for the convenience of the Government.

C.2.StatementofWork

C.2.a.PeriodicInspectionsandPreventiveMaintenance

The aim of preventive maintenance is to provide continuous reliable operation and to allow scheduled repairs rather than emergency repairs.

1.Weekly Inspections/Maintenance

(1) Check the engine lube oil level with the dipstick. Add oil per manufacturer’s instructions if required.

(2) Check the coolant level in the radiator tank. Add antifreeze per manufacturer’s instructions if required.

(3) Check battery electrolyte level. Add distilled water as required.

(4) If the unit is in standby status, check the engine block heater operation.

(5) If the unit is in standby status, check the oil heater operation.

(6) Check the oil level hydraulic governor sump (if applicable).

(7) Read and record the engine hour meter.

(8) Check the fuel level in the storage and day tank. Add fuel in accordance with manufacturer’s instructions if required.

(9) Test the start unit. Read and record all gauges (5 minutes, no load).

(10) Check the unit for abnormal noise and vibration.

(11) Dispose of all waste and disposable cleaning equipment in accordance with environmental laws.

(12) Report problems or additional repairs required to the Contracting Officer’s Representative.

(13) Fill out the preventive maintenance checklist.

TOOLS AND MATERIALS REQUIRED: Basic mechanic’s tool set. Antifreeze. Distilled water. Engine oil.

2.MonthlyInspections/Maintenance (includes weekly)

(1) If applicable, check oil heater operation.

(2) Inspect all fuel, oil, and water piping for secure mounting.

(3) Check battery specific gravity and water level. Add distilled water as required (normal 1.260 at 77 degrees F).

(4) If applicable, check engine block water heater.

(5) Clean battery terminals and lugs. Apply grease on terminal connections to prevent corrosion.(6) Check engine lube oil level with dip stick. Add oil in accordance with manufacturer’s instructions.

(7) Inspect V belts and radiator hoses.

(8) Check fuel level in storage an day tank. Add fuel in accordance with manufacturer’s instructions.

(9) Automatically start unit and run under load for 1 hour. The user must not have a power interruption unless they will allow it.

(10) Open fuel day tank and drain valve. Drain off water and sediment. Dispose of water and sediment in accordance with environmental laws.

(11) Observe auto-start delay and transfer time. Record the results.

(12) Drain water and sediment from fuel lines and filters. Dispose of water and sediment in accordance with environmental laws. Reprime all lines.

(13) Read and record all gauges/meters (adjust/calibrate as required).

(14) Drain water and sediment from water separator. Dispose of water and sediment in accordance with environmental laws.

(15) Check exhaust for excessive black or white smoke. Refer to manufacturer’s manual and make corrections in accordance with manufacturer’s instructions.

(16) Check level in radiator tank. Add antifreeze and water as required in accordance with manufacturer’s instructions.

(17) Check turbocharger for vibration and abnormal noise during operation.

(18) Record the reading on the engine hour meter.

(19) Check the exhaust manifold, muffler, and piping for leaks and secure mountings.

(20) Inspect trickle-charger voltage and amperage.

(21) Reset the test switch. Observe and record retransfer/cool down time.

(22) Test start the unit. Read and record all gauges/meters (5 minutes, no load).

(23) Check air filter service indicator. If it is green, it is okay. If it is red, replace the filter.

(24) Check the fuel pressure gauge. If it is green, it is okay. If it is red, change the fuel filter.

(25) While the engine is operating, check for water, fuel, and oil leaks. Record the results.

(26) Shut down the engine.

(27) Dispose of all waste and disposable cleaning equipment in accordance with environmental laws.

(28) Report problems or additional repairs required to the Contracting Officer’s Representative.

(29) Fill out the preventive maintenance checklist.

NOTE: Time delay on engine start is 10-12 seconds. Time delay transfer to emergency is 2-3 seconds. Time delay emergency to normal is 3-5 minutes. Time delay engine cool down is 5 minutes.

TOOLS AND MATERIALS REQUIRED: One standard mechanic’s tool set. Distilled water. Grease gun. Hydrometer. Engine oil. Air and fuel filters. Antifreeze/coolant inhibitor. Oiler can. Cleaning rags.

3.QuarterlyInspections/Maintenance (includes weekly and monthly)

(1) If applicable, check oil heater operation.

(2) Inspect all fuel, oil, water piping for secure mounting.

(3) Check battery specific gravity and water level. Add distilled water as required (normal is 1.260 at 77 degrees F).

(4) Inspect engine and generator wiring harnesses for wear and damage. Make minor repairs.

(5) Inspect engine and generator wiring and terminals for loose and broken connections. Make minor repairs.

(6) If applicable, check engine block water heater operation.

(7) Clean battery terminals and lugs. Apply grease on terminals and connections.

(8) Check engine lube oil level with dip stick. Add manufacturer’s recommended oil as required.

(9) Inspect V belts and radiator hoses.

(10) Check fuel level in storage and day tank. Add manufacturer’s recommended fuel as required.

(11) Automatically start unit and run under load for one hour. User must agree to have this test done.

(12) Open fuel day tank drain valve. Drain off water and sediment.

(13) Observe auto-start delay and transfer time. Record the time.

(14) Drain water and sediment from fuel line and filters. Dispose of waste in accordance with environmental laws. Refill as required.