U.S. Embassy Seoul

General Services Office

Tel. 82-2-397-4754

Fax: 82-2-397-4744

Date: August21, 2015

Dear Prospective Offerors:

SUBJECT: Solicitation Number SKS700-15-R-0049,Replacing the Security Metal Chain Link Fence

Enclosed is a Request for Proposal (RFP) for replacing the Security Metal Chain Link Fence at the Chief of Mission’s Residence (CMR)of the U.S. Embassy Seoul, Korea. 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 1442 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 September8, 2015 at 2:00 P.M. Please also note that the site visit will follow 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. onSeptember3, 2015. 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. onSeptember3, 2015.

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 by10:00 A.M. on September21, 2015.

Sincerely,

Hyun Yoon

Contracting Officer

SOLICITATION, OFFER,AND AWARD
(Construction, Alteration, or Repair) / 1. SOLICITATION NO.
SKS700-15-R-0049 / 2. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFP) / 3. DATEISSUED
8/21/2015 / PAGE OF PAGES
1of 72
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 INFORMATIONCALL: / A. NAME
Hyun Yoon, Contracting Officer / B. TELEPHONE NO. (Include area code)
(NO COLLECT CALLS) 02-397-4754
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: Replacing the Security Metal Chain Link Fence at the CMR
Section A - SF-1442, Solicitation, Offer and Award
Section B - Supplies or Services and Prices/Costs
Section C - Description/Specifications/ Statement of Work
Section D - Packaging and Marking
Section E - Inspection and Acceptance
Section F - Deliveries or Performance
Section G - Contract Administration Data
Section H - Special Contract Requirements
Section I - Contract Clauses
Section J - List of Documents, Exhibits and Other Attachments
Section K - Representations, Certifications, and Other Statements of Offerors
Section L - Instructions, Conditions, and Notices to Offerors
Section M - Evaluation Factors for Award
11. The Contractor shall begin performance on the start date in the Notice to Proceed and complete it not later than90calendar days
after receiving contract award, from the start date in the Notice to Proceed.
This performance period is mandatory, negotiable. (SeeSection F.)
12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT 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 10:00A.M.,on local time September21, 2015. 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.
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 60 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. 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
U.S. Embassy Seoul, Korea
Financial Management Center
188, Sejongdaero, Jongno-gu, Seoul, Korea
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)

SECTION B - SUPPLIES OR SERVICES

AND PRICES/COSTS

B.1CONTRACT 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 (including insurance required by FAR 52.228-4, Workers’ Compensation and War-Hazard Insurance, which shall not be a direct reimbursement), and profit.

______Total Price

B.2TYPE OF CONTRACT

This is a firm fixed price contract payable entirely in the currency indicated in the SF1442. No additional sums will be payable for any escalation in the cost of materials, equipment or labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required. The Government will not adjust the contract price due to fluctuations in currency exchange rates. The Government will only make changes in the contract price or time to complete due to changes made by the Government in the work to be performed, or by delays caused by the Government.

The Government will make payments based on quantities and unit prices only to the extent specifically provided in the contract.

SECTION C - DESCRIPTION/SPECIFICATIONS

STATEMENT OF WORK

C.1INTRODUCTION

The U.S. Embassy Seoul, Republic of Korea, requires the replacement of the Security Chain Link Fence at the Chief of Mission’s Residence (CMR) Compound of the U.S. Embassy Seoul, Korea.

The Contractor shall remove the existing chain link fences, metal posts, climbing vines and concrete footings, and installnew concrete footings, galvanized posts, chain link fences, concertino wires and electrical groundings. This work will cover505 meterof the entire boundary wall at CMR compound.

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.

The project drawings will be provided at the pre-proposal conference.

C.2DESCRIPTION OF WORK

C.2.1TEMPORARY WORK AND REMOVAL WORK

C.2.1.1The Contractor shall provide temporary safety barrier and construction signage at the construction area.

C.2.1.2The Contractor shall install temporary scaffoldings along the boundary wall to replace the security chain link fences with new ones as per the drawing A-01.

C.2.1.3The Contractor shall remove and dispose the existing concrete footings, metal posts, bracing supports, chain link fences, barbed wire and concertina wire as per the drawing A-01. The length of the existing chain link fences are 500meters. And the Contractor shall remove all the existing vine trees on the chain link fence. The existing fence length, height, fence type, vine tree length and post quantity are as followings.

FENCE SECTION “A”

- Fence length: 130 meters

- Fence height: 3.8 ~ 4.5 meters

- Fence type: L

- Vine tree length: 90 meters

- Post quantity: 53 pieces

FENCE SECTION “B”

- Fence length: 60 meters

- Fence height: 4.8 meters

- Fence type: L

- Post quantity: 25 pieces

FENCE SECTION “C”

- Fence length: 75 meters

- Fence height: 5 meters

- Fence type: L

- Post quantity: 31 pieces

FENCE SECTION “D”

- Fence length: 160 meters

- Fence height: 4 meters

- Fence type: L

- Vine tree length: 160 meters

- Post quantity: 65 pieces

FENCE SECTION “E”

- Fence length: 80 meters

- Fence height: 4.3 meters

- Fence type: L

- Vine tree length: 80 meters

- Post quantity: 33 pieces

C.2.1.4The Contractor shall remove the existing black tarpaulin net along tennis court without any damages in safe manner so that the black tarpaulin net can be reused after replacement of security fence. The existing tarpaulin net length and height are as following.

FENCE SECTION “B”

- Black tarpaulin net length: 60 meters

- Black tarpaulin net height: 4.8 meters

FENCE SECTION “C”

- Black tarpaulin net length: 75 meters

- Black tarpaulin net height: 2.5 meters

C.2.1.5The Contractor shall remove and dispose the existing capping concrete on top of perimeter stone wall along FENCE SECTION “E” as per the drawing A-02.

C.2.1.6The Contractor shall remove and dispose the existing concrete gutter along FENCE SECTION “E” as per the drawing A-02.

C.2.1.7The Contractor shall request and receive approval of any hot work from the COR, before the work begins.The Contractor will assign a fire watch with extinguisher and a bucket of water during any hot work or grinding operations.

C.2.1.8All cutting devices including metal and wood cutting portable or circular saws that are table mounted shall be installed with proper safeguards to prevent injuries or safety hazards. All hand operated cutting and grinding devices shall be equipped with proper safeguards and inspected daily for safe conditions of the device and wiring

C.2.1.9In the event that the Contractor causes any damage while on U.S. Government property, the contractor shall repair said damage at his/her own expense.

C.2.1.10The Contractor shall keep the work site clean and orderly on a daily basis during scheduled working hours.

C.2.1.11The Contractor shall dispose of all the construction debris upon approval of the COR and submit a certificate of legal disposal of said construction debris.

C.2.1.12TheContractor shall provide all workers and require use of appropriatePersonal Protective Equipment (PPE) and Safety Harness Equipment as prescribed for each phase of the work.

C.2.2EARTH WORK

C.2.2.1Before excavation, the Contractor shall inspect for existing utility lines as per the drawing A-01.

C.2.2.2If there are unidentified underground utilities found during the excavation work, the Contractor shall immediately stop excavation, mark the site, and report the findings to the COR.

C.2.2.3The Contractor remove the existing stone boundary wall and excavate ground to replace the sewage line as per the drawing A-02. The sewage line is feeding from staff quarters compound at CMR to Yewon school compound, the Contractor shall replace the sewage line from CMR compound to Yewon school compound. The total length of the line shall be 10meters.

C.2.2.4The Contractor shall provide earth work including excavation, backfilling, compaction, and leveling to install the new security fence posts as per the drawing A-02, 03.

C.2.2.5The contractor shall provide compaction before pouring concrete footing of new security fence posts as per the drawing A-02, A-03.

C.2.2.6The Contractor shall use the borrow soil for backfilling. Backfill shall be placed in layers not exceeding 150 mm loose thickness for compaction by hand operated compaction machine or 300mm loose thickness for compaction by heavy compaction equipment.

C.2.2.7The Contractor is responsible for restoring the lawn area to the same condition as before the construction work. When restoring the damaged lawn, the contractor shall sod the lawn the same as the existing one, with Zoysia grass.

C.2.3CONCRETE WORK

C.2.3.1The Contractor shall provide concrete footings for the new fence posts as per the drawing A-03.The minimum compressive strength of the foundation concrete shall be 25Mpa at 28days.

C.2.3.2The Concrete footings shall have 0.5m wide, 0.5m long, and 0.5m high as per the drawing A-02. And the total two hundreds seven (207) pieces of concreter footing shall be installed.

C.2.3.3The Contractor shall provide a new capping concrete on top of the existing perimeter stone wall at FENCE SECTION “E” as per the drawing A-02. The new capping concrete shall be 500mm wide, 200mm high and 80meters long, and have 210kg/cm2 strengths.

C.2.3.4The Contractor shall provide formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated. The concrete form shall be supported vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads.

C.2.3.5The Contractor shall install forms tight enough to prevent loss of concrete mortar, and fabricate forms easy removal without hammering or prying against concreter surfaces.

C.2.3.6Before placing concrete, the Contractor shall verify that installation of formwork, reinforcement, and embedded items are completed and that required inspections have been performed.

C.2.3.7The Contractor shall deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide constructionjoints as indicated, and deposit concrete to avoid segregation.

C.2.3.8The Contractor shall cure formed concrete surfaces. If the forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period.

C.2.4SECURITY FENCE installation WORK

C.2.4.1The Contractor shall install new security chain link fence along the existing perimeter wall as per the drawing A-03. The new fence length, height, fence type, and post quantity are as followings.

FENCE SECTION “A”

- Fence length: 130 meters

- Fence height: 3.8 ~ 4.5 meters

- Chain Link height: 2 meters

- Fence type: L

- Post quantity: 53 pieces

- Barbed wire: Five layers

FENCE SECTION “B”

- Fence length: 60 meters

- Fence height: 4.8 meters

- Chain Link height: 4.8 meters

- Fence type: I

- Post quantity: 25 pieces

- Black tarpaulin net length: 60 meters

- Black tarpaulin net height: 4.8 meters

FENCE SECTION “C”

- Fence length: 75 meters

- Fence height: 5 meters

- Chain Link height: 2 meters

- Fence type: Y

- Post quantity: 31 pieces

- Black tarpaulin net length: 75 meters

- Black tarpaulin net height: 2 meters

- Barbed wire: Ten layers

- Concertina wire: 500 mm diameters

FENCE SECTION “D”

- Fence length: 160 meters

- Fence height: 4 meters

- Chain Link height: 2 meters

- Fence type: Y

- Post quantity: 65 pieces

- Barbed wire: Ten layers

- Concertina wire: 500mm diameters

FENCE SECTION “E”

- Fence length: 80 meters

- Fence height: 4.3 meters

- Chain Link height: 2 meters

- Fence type: Y

- Post quantity: 33 pieces

- Barbed wire: Ten layers

- Concertina wire: 500mm diameters

C.2.4.2The new chain link fence shall have 38mm wide, 38mm high and 3.5mm thick of diamond segments with a Polyvinyl Chloride (PVC) coated, and have a 0.25mm dry film thickness of polyvinyl chloride coatings. The coatings shall be thermally fused on preheated and prime-coated steel surfaces, and the color shall be indicated by COR. The new chain link fence shall have a following specification.

  1. Mesh: 3.5mm diameter thick, intermediate-crimp steel wire woven into 38mm diamond mesh and 0.25mm dry film thick polyvinyl chloride coating.
  2. Vertical Panel Framing: 32mm by 16mm by 2.5mm thick cold-rolled, C-shaped steel channels with 6mm diameter bolt holes spaced not more than 450mm o.c. along center of framing.
  3. Horizontal Panel Framing: 25mm by 13mm by 3mm thick cold-rolled steel channels.
  4. Horizontal Panel Stiffeners: 25mm by 13mm by 3mm thick cold-rolled steel channels with wire woven through, or two 25mm by 9.5mm 3mm cold-rolled steel channels bolted or riveted toe to toe through mech.
  5. Top Capping Bars: 57mm by 25mm cold-rolled steel channels.
  6. Posts for 90-Degree Corners: 32mm by 32mm by 3mm steel angles with 6mm diameter bolt holes aligning with bolt holes in vertical framing; with floor anchor clips.
  7. Posts for Other Than 90 Degree Corners: Manufacturer’s standard steel pipe or tubing with 6mm diameter bolt holes aligning with bolt holes in vertical framing.

Partitions up to 3.7m high: 32mm OD.

Partitions up to 6.1m high: 65mm OD.

  1. Adjustable Corner Posts: Two, manufacture’s standard steel pipe or tubing posts connected by steel hinges at 900mm o.c. attached to posts: with 6mm diameter bolt holes aligning with bolt holes in vertical framing.
  2. Line Posts: 76mm diameter and 1.9 kg steel pipe with 200mm wide 200mm high and 6mm thick steel base plates with 6mm diameter bolt holes aligned for bolting to concrete footing.

C.2.4.3The Contractor shall install new fence posts at every 2.5m distance as per the drawing A-04. The posts shall be a 76mm diameter with hot dip galvanized pipe. The pipe shall be set plumb, level, and true to line-of-slop; accurately located with respect to adjacent units.