U.S. Embassy Seoul, Korea

General Services Office

Tel. 82-2-397-4648

Fax: 82-2-397-4744

January 3, 2018

Dear Prospective Quoter:

SUBJECT: Solicitation Number 19KS7018Q0012, Correction of elevator safety deficiencies at the Chancery and Annex compounds

Enclosed is a Request for Quotations (RFQ) for correction of elevator safety deficiencies at the Chancery and Annex compounds, U.S. Embassy, Seoul, Korea. 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 in electronic format to the Contracting officer as shown on the block 16 of the Standard Form1449 that follows this letter.

The U.S. Embassy Seoul intends to award a purchase order to the responsible company submitting an acceptable quotation. 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.

The pre-quotation conference will be held at the GSO conference room at #10, Namyoung-dong, Yongsan-gu, Seoul, Korea on January 10, 2018 at 14:00 Korea Standard Time. Please note also that the site visit will follow right after the pre-quotation conference on the same day.

If you intend to participate in the pre-quotation conference, please contact Ms. Lee, Jahwon Angela at or Tel. 82-2-397-4762 to make necessary arrangement for access no later than January 8, 2018 at 17:00 Korea Standard Time. 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.

Any questions concerning the solicitation should be submitted in writing by January 8, 2018 at 17:00 Korea Standard Time via email to .

Quotations are due by February 5, 2018 at 17:00 Korea Standard Time. No quotations will be accepted after this time. Only the electronic submission of the quotation will be accepted. Please submit your quotation addressed only to the Contracting Officer by email at . Please separate the technical quotation from the pricing information as well as the Section 5 information.

It is important to make sure the submission is made in specific size and format; in MS-Word 2007/2010 or MS-Excel 2007/2010 or Adobe Acrobat (pdf) file format. The file size must not exceed 30MB. If the file size should exceed the 30MB, the submission must be made in separate files and attached to separate emails with less than 30MB each.

Sincerely,

Christian S. Yun

Contracting Officer

Page 4 of 45

TABLE OF CONTENTS

Section 1 - The Schedule

·  SF 1449 cover sheet

·  Continuation To SF-1449, RFQ Number 19KS7018Q0012, Prices, Block 23

·  Continuation To SF-1449, RFQ Number 19KS7018Q0012, 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 - Offeror Representations and Certifications

·  Offeror Representations and Certifications

·  Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS
OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 / 1. REQUISITION NO.
PR6658694 / PAGE 4 OF 45
2. CONTRACT NO. / 3. AWARD/EFFECTIVE DATE / 4. ORDER NUMBER / 5. SOLICITATION NUMBER
19KS7018Q0012 / 6. SOLICITATION ISSUE DATE
1/3/2018
7. FOR SOLICITATION
INFORMATION CALL / a. NAME
Christian S. Yun, Contracting Officer / b. TELEPHONE NUMBER(No collect calls)
02-397-4754 / 8. OFFER DUE DATE/LOCAL TIME
2/5/2018, 17:00 p.m. Local Time
9. ISSUED BY CODE / 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: ______% FOR
U.S. Embassy Seoul
General Services Office
Seoul, Korea / SMALL BUSINESS
HUBZONE SMALL BUSINESS
SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS / WOMEN-OWNED SMALL BUSINESS
(WOSB) ELEIGIBLE UNER THE WOMEN-OWNED SMALL BUSINESS PROGRAM
ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL BUSINESS (EDWOSB)
8(A) / NAICS:
SIZE STANDARD:
11. DELIVERY FOR FOB DESTINA-
TION UNLESS BLOCK IS
MARKED
SEE SCHEDULE / 12. DISCOUNT TERMS / 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) / 13b. RATING
14. METHOD OF SOLICITATION
RFQ IFB RFP
15. DELIVER TO: / CODE / 16. ADMINISTERED BY CODE
Contracting Officer by email at / Christian S. Yun, Contracting Officer
17.a. CONTRACTOR/ CODE
OFFEROR / FACILITY CODE / 18a. PAYMENT WILL BE MADE BY CODE
Company Name:
Address:
DUNS NO.: ______
TELEPHONE NO. (02) ______ / U.S. Embassy Seoul
Financial Management Office
#188, Sejongdaero, Jongno-gu
Seoul, Korea
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
Correction of elevator safety deficiencies at the Chancery and Annex compounds, U.S. Embassy, Seoul, Korea
(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 ARE ARE NOT ATTACHED.
27b.CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED.
28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN __ __
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) / 31c. DATE SIGNED

AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 1449 (REV. 10/2010)

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

Page 4 of 45

19.
ITEM NO. / 20.
SCHEDULE OF SUPPLIES/SERVICES / 21.
QUANTITY / 22.
UNIT / 23.
UNIT PRICE / 24.
AMOUNT
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
41a. 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

STANDARD FORM 1449 (REV. 10/2010) BACK

Page 4 of 45

19KS7018Q0012

SECTION 1 - THE SCHEDULE

CONTINUATION TO SF-1449

RFQ NUMBER 19KS7018Q0012

PRICES, BLOCK 23

1.  INTRODUCTION

The service is described as “Correct elevator safety deficiencies at the Chancery and Annex compounds”, U.S. Embassy, Seoul, Republic of Korea.

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.

2.  DESCRIPTION OF WORK

The Contractor shall furnish all necessary materials, labor, investigation, supervision, equipment, transportation, etc. for the execution of the work. Work will be performed within a fixed-price contract. The bidders shall submit their proposed cost described in both unit price and total price.

2.1.  The list of repair work

CHANCERY

Equipment: Passenger elevator #1, #2, #3, #4

Make necessary repair to ensure the car emergency alarm bell will transfer automatically to a source of emergency power if the normal power supply fails. (Elevator #1, #2, #3, #4)

Install anti-rotation devices in the rope sockets at the car and counterweight to prevent the rotation of the suspension ropes without restricting their movement horizontally or vertically. (Elevator #1, #2, #3, #4)

The method of securing the wire ropes in the tapered sockets does not appear to have been executed properly, not allowing the Babbitt material to properly fill the socket. The tapered rope sockets need be replaced with wedge rope sockets. (Elevator #1, #2, #3, #4)

Counterweight Buffer: the traveling oil buffer assembly attached beneath the counterweight frame needs to have the guide shoes replaced. The existing shoes are wood blocks and the guide slot has excessive wear. (Elevator #1, #2, #3, #4)

Adjust gaps between car door and hall door. (Elevator #1, #2, #3, #4)

Reduce squeak noise from elevator #3. It makes a noise at the lower floor.

GSO/ANNEX

Equipment: Hydraulic freight elevator

Relocate hydraulic tank assembly by turning the tank 180 degrees in order to allow the valve block controls to face forward.

Install new hydraulic pressure hose between tank/valve block and cylinder in the hoistway.

Set correct operating speed and rupture valve to operate as required.

Adjust limit switches to allow the elevator to stop before hitting the pit floor concrete.

Ensure hydraulics remain with static pressure in the system when the elevator is at the lower floor level.

Increase length of slowdown ramp to allow better transition from high speed to leveling speed.

Install a non-removable buffer, in the pit area, that will mechanically hold the car above the pit floor to provide an area in the pit for maintenance and inspection.

Install an over-travel limit at the top floor to allow disconnect of safety line circuit and shut down of pump motor in the event of elevator over-travel.

Correct suspension chain anchor bolts of the car frame. It requires proper assembly, lock nuts and split pin.

Install lock nuts and split pins on the hoistway structure.

Install an alarm push button inside the car platform in order to open the car door from the inside.

Install an inspection circuitry in order to allow safe maintenance.

Relocate rope clips from the ground floor in a way that the bridge piece of the clip has to go on the live end of the rope.

Properly display 2nd floor on the indicator landing units.

Install a sign at the motor room door.

Install additional support for the cylinder. It currently has only one clamp at the lower portion of the cylinder casing.

Refill guide lubricator oil.

Make necessary changes: The terminal stopping devices have contacts that are normally open and close to activate. The referenced code requires that the contacts be normally closed contacts that are opened mechanically to operate.

Mark or label the main switch as main disconnect.

Install a stop switch in the elevator pit.

Adjust relief valve trip setting at 72 bar.

2.2.  The project site shall be cleaned before end of daily work during the scheduled timeframe.

2.3.  All cutting devices 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 its wiring.

2.4.  The Contractor shall repair any damages caused by contractor personnel on site at the Contractor’s own expense. All damages shall be reported to the COR.

2.5.  The Contractor shall dispose of all the construction debris upon approval of the COR and submit a certificate of legal disposal of said construction debris for off-site locations.

2.6.  The Contractor shall provide all contract personnel with, and they shall wear appropriate and required personal protective equipment (PPE) during the construction work; PPE shall be provided for any visitors to the construction site.

2.7.  The government will not provide a storage space for this project; it’s a contractor’s responsibility to deliver necessary materials and tools to job site for day to day operations.

3.  EXAMINATION 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.

4.  PERFORMANCE PERIOD

The Contractor shall begin performance after receiving award and complete it within 120 calendar days. This performance period is mandatory.

5.  WORKING HOURS

All non-disruptive work shall be performed during Monday through Friday, 08:30 to 17:00.

Noisy and disruptive work will be scheduled by the COR on days when the Embassy is closed. The work will be done during the hours between 08:30 and 17:00.

No extra compensation or payments will be made to the Contractor for any change requests in working hours made to the COR.

Any request to perform work before 08:30 or after 17:00 on any day must be made to and approved by the COR in advance.


SECTION 2 - CONTRACT CLAUSES

52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (JAN 2017), is incorporated by reference (see SF-1449, Block 27A)

52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items (JAN 2017)