U.S. Embassy Seoul

General Services Office

Tel. 82-2-397-4648

Fax: 82-2-796-0516

Date: December 5, 2012

Dear Prospective Quoter:

SUBJECT: Solicitation Number SKS700-13-Q-0011, Upgrading kitchen at the cafeteria on the ground floor of the Chancery building

Enclosed is a Request for Quotations (RFQ) for upgrading kitchen at the cafeteria on the ground floor of the Chancery building of the U.S. Embassy Seoul, Korea. 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 submitting an acceptable offer 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.

Quotations are due by December 19, 2012, 5:00 P.M.

The Embassy intends to conduct a pre-quotation conference/site visit on December 13, 2012, 10:00 A.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 than 5:00 P.M., December 11, 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.
SKS700-13-Q-0011 / 2. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFQ) / 3. DATE ISSUED
12/5/2012 / PAGE OF PAGES
1 of 46
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 BY CODE / 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: Upgrading kitchen at the cafeteria on the ground floor of the Chancery building
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 #1 Breakdown of Price by Divisions of Specifications
- Attachment #2 List of Material Only With Quantity To Be Used With No Prices
- Attachment #3 Drawings (will be provided at the pre-quotation conference)
- Attachment #4 Government–Furnished Contractor-Installed Property
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 than 31 calendar days
after receiving contract award, from the start date in the Notice to Proceed.
This performance period is mandatory, negotiable. (See Section 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 one copy to perform the work required are due at the place specified in Item 8 by 5:00 P.M., local time December 19, 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.
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 7540-01-155-3212 1442-101 STANDARD 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)
CODE FACILITY 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 BY CODE / 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 AMERICA BY: / 31C. AWARD DATE

Computer Generated STANDARD FORM 1442 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.1 INTRODUCTION

The U.S. Embassy Seoul requires upgrading kitchen at the cafeteria on the ground floor of the Chancery building of the U.S. Embassy Seoul, Korea.

The contractor shall replace floor tile, wall tile, floor drain, entrance door threshold, rear door and boiler room door at the kitchen (room No 104 K) as per the scope of work.

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 during the pre-quotation conference.

B.2 DESCRIPTION OF WORK

B.2.1  Removal and Demolition Work

B.2.1.1  Prior to any demolition work, the contractor shall protect all cafeteria table, chair, banding machine and kitchen appliances in the rooms from construction dust by covering them with clear plastic sheet.

B.2.1.2  The contractor shall remove the floor and wall ceramic tiles at the kitchen as per the drawing A-01.

B.2.1.3  The contractor shall dispose of all the construction debris upon approval by the COR and submit a certificate of legal disposal of construction debris.

B.2.1.4  The contractor shall keep the site clean on a daily base during the working period.

B.2.1.5  The contractor shall wear the personal protective equipment (PPE) and safety harness.

B.2.2  Floor and Wall Tile Replacement Work

B.2.2.1  The contractor shall correct all defects such as rough or scaling concrete, low spots, high spots, and uneven surfaces and all damaged portions of concrete slabs shall have been repaired as recommended by the flooring manufacturer before any work under this section is begun. Flooring shall be in a smooth, true, level plane.

B.2.2.2  The contractor shall install the non-abrasive ceramic floor tile at the kitchen (room No 104 K, 104D and 104E), restroom (room No 104F) and hallway (room No 104 H) as per drawing A-02. The tile shall be 200mm by 200mm, and 7mm in thickness of DeaBo brand or equivalent. The quantity of new floor ceramic tile shall be 85 m2.

B.2.2.3  The contractor shall install the glazed wall ceramic at the kitchen (room No 104 K, 104D and 104E), restroom (room No 104F) and hallway (room No 104 H) as per drawing A-02. The tile shall be 200mm by 200mm, 7.0mm in thickness of DeaBo brand or equivalent. The quantity of new wall glazed ceramic tile shall be 95 m2.

B.2.3  Floor Drain Line Replacement

B.2.3.1  The contractor shall cut the concrete floor by saw cutting machine to replace the existing drain lines at kitchen as per drawing M-01.

B.2.3.2  The contractor shall replace the existing drain pipe with Ø100mm Poly-Vinyl Chloride (PVC) pipe (VG2) to connect to new grease trap manhole as per drawing M-01.

B.2.3.3  The contractor shall replace three (3) locations of floor strainer with stainless steel (STS) trench type of strainers. The new strainer shall be 220mm wide, 450mm long and 115mm high STS trench.

B.2.3.4  The contractor shall replace the existing grease trap manhole with the stainless steel grease trap as per drawing M-01. The new grease trap shall be made of stainless steel (SUS 304), and have 600mm in width, 500mm in length, and 450mm in height. The capacity of the new grease is 90 liters.

B.2.4  Restroom Upgrade Work

B.2.4.1  Contractor shall replace a commode, toilet partition and partition door at the restroom (room No 104F) as per drawing A-02. The commode shall be a silent and low water consumption type. The partition shall be 2100mm high, 4000mm long and 25mm thick. The contractor shall submit a sample catalog cuts to be approved in prior of installation.

B.2.4.2  Contractor shall replace a sink counter top including lavatory, faucet, mirror and accessories. The countertop shall be made of an artificial marble with white color and the dimension is 1200mm wide and 50mm thick.

B.2.4.3  Contractor shall provide a wall cabinet and countertop shelves at restroom as per drawing A-02. The wall cabinet shall be made of wooden film finishing and the size is 400mm wide, 600mm high and 250mm deep. Contractor shall submit a catalog cuts and shop drawing in prior of installation.

B.2.5  Other Work

B.2.5.1 Kitchen Door Threshold Replacement Work

The contractor shall replace the existing uneven stainless steel threshold with flat one at kitchen entrance door as per the drawing A-02.

B.2.5.2 Door Replacement Work

The contractor shall replace the old wood door and door frame with new stainless steel door and frame at the boiler room. The contractor shall replace the existing double wood door with new double stainless steel door at the kitchen corridor.

B.2.5.3 Ceramic Wall Tile Protection

The contractor shall install the stainless steel (STS) sheet on the wall corner as per drawing A-02 and A-03. The wall protection sheet shall be 0.8 mm thick, 1.0 m wide, and 1.2 m long stainless steel sheet (SUS 304) and shall be installed 1.2 m high from floor level.

B.2.5.4 Faucet Replacement Work at the Kitchen Sinks

The contractor shall replace the existing three (3) long faucets with new ones and contractor shall embed the existing exposed copper pipes of the faucets into the wall.

The contractor shall replace the existing metal sink support with stainless steel support.

B.2.5.6 Sink Bowl Replacement Work

The contractor shall replace the existing one (1) sink bowl with new ones and the new sink bowl shall be fixed to the exiting stainless counter top.

B.2.5.7 Decorative Mirror Installation over the Column at the Cafeteria

The contractor shall install wall mirrors over the concrete column at the cafeteria as per drawing A-02 and A-04.

B.2.5.8 Cafeteria Furniture and Kitchen Appliance Work

The contractor shall install a microwave oven rack for two microwave ovens and storage cabinet at the cafeteria. The rack shall be made of laminated wood as per the drawing A-02 and A-04. The microwave oven rack will be provided by USG (See Attachment 4 in Section I).

The contractor shall install a show case refrigerator at the cafeteria. The refrigerator shall be 220volage, stainless steel case and three (3) shelves. The contractor shall connect the condensing drain pipe in the refrigerator to kitchen floor drain line as per the drawing A-02 and A-04. The show case refrigerator will be provided by USG (See Attachment 4 in Section I).

The contractor shall install a tray storage rack at the cafeteria. The storage rack shall have thirty (30) numbers of tray containers and each container shall be 500mm wide and 200mm height as per the drawing A- 02 and 04. The tray storage rack will be provided by USG (See Attachment 4 in Section I).

B. 2.5.9 Waterproof Work on the Kitchen Roof

The contractor shall provide the waterproof work on the cafeteria roof as per the drawing A-05. The contractor shall apply two finish coats of the “Premium Coat” system, produced by Hydro-stop Inc. or equivalent to in accordance with the manufacturer’s specified procedures.

The waterproofing system shall be composed of one primer coat, one layer of fabric, another primer coat and two finish coats. It provides total 40 ~ 45 mil (1 ~ 1.2 mm) thick layer of waterproof coats. The contractor shall apply stable rust primer at all rusted areas.