U.S. Embassy Seoul General Services Office Tel. 82-2-397-4648 Fax: 82-2-397-4744

Date: February 12, 2015

Dear Prospective Quoter:

SUBJECT: Solicitation Number SKS700-15-Q-0019, Reconfiguring and repair of the restroom at the Health Unit Office (HUO) located on the 4th floor of the Chancery building of the U.S. Embassy Seoul, Korea.

Enclosed is a Request for Quotations (RFQ) for reconfiguring and repair of the restroom at the Health Unit Office (HUO) located on the 4th floor of the Chancery building of the U.S. Embassy Seoul, Korea. You are invited to submit a quotation. The Request for Quotation (RFQ) consists of the following sections.

1. Standard Form SF-18 2. Basic information, statement of work or specifications and technical qualifications. 3. Late quotation rules and evaluation method.

The U.S. Embassy Seoul plans to award a purchase order. You are encouraged to make your quote competitive. You are also cautioned against any collusion with other potential quoters with regard to price quotations to be submitted.

Please read the RFQ carefully, and if you are interested, submit your quotation. Return the completed SF-18 to the address shown in Block 5a of the SF-18 by 5:00 P.M. on March 4, 2015.

The Embassy intends to conduct a pre-quotation conference/site visit on February 25, 2015, 2:00 P.M. at the GSO conference room, U.S. Embassy Seoul, Korea. If you intend to participate in the conference, please contact Ms. Cho, Yeong Yeon (Tel. 02-397-4679, Fax: 02-397-4744) to make necessary arrangements for access no later than 5:00 P.M., February 23, 2015. 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,

Douglas R. Boudreau Contracting Officer PAGE OF PAGES REQUEST FOR QUOTATION THIS RFQ IS IS NOT A SMALL BUSINESS SET-ASIDE (THIS IS NOT AN ORDER) 1 17 1. REQUEST NO. 2. DATE ISSUED 3. REQUISITION/PURCHASE REQUEST 4. CERT. FOR NAT. DEF. RATING NO. UNDER BDSA REG. 2 SKS700-15-Q-0019 2/12/2015 AND/OR DMS REG. 1

5A. ISSUED BY 6. DELIVER BY (Date) U.S. Embassy Seoul, General Services Office, 10, Namyoung-dong, Yongsan-gu, Seoul, Korea 5B. FOR INFORMATION CALL: (Name and telephone no.) (No collect calls 7. DELIVERY OTHER NAME TELEPHONE NUMBER FOB DESTINATION (See Schedule) AREA CODE NUMBER Douglas R. Boudreau, Contracting Officer 02 397-4648 8. TO: 9. DESTINATION a. NAME b. COMPANY a. NAME OF CONSIGNEE U.S. Embassy Seoul, General Services Office

c. STREET ADDRESS b. STREET ADDRESS 10, Namyoung–dong, Yongsan-gu d. CITY e. STATE f. ZIP CODE c. CITY Seoul d. STATE e. ZIP CODE

10. PLEASE FURNISH QUOTATIONS TO THE IMPORTANT: This is a request for information, and quotations furnished are not offers. If you are unable to quote, please so ISSUING OFFICE IN BLOCK 5A ON OR BEFORE indicate on this form and return it to the address in Block 5A. This request does not commit the Government to pay any costs CLOSE OF BUSINESS (Date) incurred in the preparation of the submission of this quotation or to contract for supplies or services. Supplies are of domestic origin 5:00 P.M. on 3/4/2015 unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotations must be completed by the quoter 11. SCHEDULE (Include applicable Federal, State and local taxes) ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (a) (b) (c) (d) (e) (f) Reconfiguring and repair of the restroom at the Health Unit Office (HUO) located on the 4th floor of the Chancery building

a. 10 CALENDAR DAYS b. 20 CALENDAR DAYS c. 30 CALENDAR DAYS d. CALENDAR DAYS 12. DISCOUNT FOR PROMPT PAYMENT (%) (%) (%) NUMBER %

NOTE: Additional provisions and representations are are not attached. 13 NAME AND ADDRESS OF QUOTER 14 SIGNATURE OF PERSON AUTHORIZED 15 DATE OF QUOTATION TO SIGN QUOTATION a. NAME OF QUOTER

b. STREET ADDRESS 16. SIGNER

c. COUNTY a. NAME (Type or print) b. TELEPHONE

d. CITY e. STATE f. ZIP CODE c. TITLE (Type or print) AREA CODE NUMBER AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 18 (Rev. 6-95) Previous edition not usable Prescribed by GSA-FAR (48 CFR) 53.215-1(a) S TATEMENT OF WORK

1. INTRODUCTION

The U.S. Embassy Seoul requires reconfiguring and repair of the restroom at the Health Unit Office (HUO) located on the 4th floor of the Chancery building of the U.S. Embassy, Seoul, Korea.

The contractor shall replace ceramic tiles, commode, lavatory sink, sink vanity and acoustic drop ceiling with new ones, and run related electrical works 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.

2. DESCRIPTION OF WORK

2.1 REMOVAL AND DEMOLITION WORK

2.1.1 Prior to any demolition work, the contractor shall protect all furniture and computers/electric appliances from construction dust by covering them with clear plastic sheet, or by isolating the work area from the office spaces.

2.1.2 The contractor shall remove the existing gypsum dry wall and wood doors at room No. 403 D and 403 E as per the drawing A-01. The tile flooring and wall tile (ceramic) shall be completely removed. The vanity, toilet, lighting, and ceiling materials in the restroom shall be removed and disposed.

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.

2.1.4 The contractor shall maintain the working area clean on a daily basis during working period.

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

2.1.6 The contractor shall be responsible for the repair/restoration of damages at their own expense in the event that the contractor causes any damage.

2.1.7 All the disruptive work that causes high volume of noise, smell, and requiring hot work shall be done during weekend and holidays. The contractor shall seek and obtain approval of the hot work permit before the work begins. 2.1.8 During the demolition work and paint work, the contractor shall provide two (2) sets of the fan ventilator and flexible vinyl hoses to exhaust construction dust from working area.

2.2 RESTROOM RENOVATION WORK (ROOM NO. 403D)

2.2.1 The contractor shall replace the wall and floor ceramic tiles with new ones at the room No. 403D as per drawing A-02. The wall tile height is 1200mm from floor and contractor shall propose the sample tiles to COR before purchase.

2.2.2 B.2.2.2The contractor shall provide two (2) coats of cementatious waterproofing system over the concrete floor and gypsum wall (height = 1200mm) before tile installation. The waterproofing system shall be a Sika-top 107 and curing compound Anti-Sol- E/L and the contractor shall provide the manufacturers application expiration date.

2.2.3 B.2.2.3The contractor shall replace a lavatory sink, faucet, sink counter top, sink vanity, wall mirror, commode, toilet seat cover dispenser, soap dispenser, stainless steel sanitary bin and paper dispenser with new ones. The COR shall approve all proposed items.  Lavatory Sink (American Standard KP-WD-F646 or equivalent ) with artificial marble top vanity  Commode (American Standard KP-DH-961A or equivalent ), V.C. elongated type with low tank  Lavatory faucet ( American Standard DECO KF-8986 or equivalent)  Glass shelves ( Nuve BC-201 G-3 or equal to American Standard)  Soap Dispenser (American Standard ACASIA KF-DY3400-410 or equivalent)  Paper holder (American Standard ACASIA KF-DY3400-430 or equivalent)  Towel Paper Dispenser  Provide Stainless Steel Sanitary Bins (3 gallons)  Provide a wall mounted toilet seat cover dispenser

2.3 NEW WALL AND DOOR INSTALLATION WORK

2.3.1 The contractor shall install a waterproofed gypsum drywall at room No. 403D as per the drawing A-02. The new gypsum drywall shall consist of 12.5mm gypsum board, 75mm metal stud and 12.5mm gypsum board.

2.3.2 The contractor shall install sliding pocket wood door and frame with hardware set at room No. 403D as per drawing A-02.

2.3.3 The contractor shall replace the door at room 403E with hollow wood door and frame with hardware set as per drawing A-02. The hardware shall consist of metal hinges (brass 4” x 2 pairs), mortised type lock set (brass color), door closer, and door stop, etc.

2 2.3.4 The contractor shall repair wood base board to match with existing one at the room No. 403E as per drawing A-02. The exiting base board is 120mm high and 12mm thick of Luanne wood.

2.4 Floor Vinyl Tile Repair Work

2.4.1 The contractor shall repair the existing floor surface with an impervious sealant. Flooring shall be in a smooth, true, level plane. Before any work under this section is begun, all defects such as rough or scaling concrete, low spots, high spots, and uneven surfaces shall have been corrected, and all damaged portions of concrete slabs shall have been repaired as recommended by the flooring materials manufacturer.

2.4.2 The contractor shall repair the floor vinyl tiles at the room No. 403E where the old gypsum dry walls are removed as per drawing A-02. The floor vinyl tiles shall be matched with existing tiles.

2.5 Painting Work

2.5.1 The contractor shall paint the new gypsum drywalls, wood base boards and wood doors. The contractor shall apply a primer coat and two finish coats.

2.5.2 The contractor shall fill cracks, joints and holes on gypsum drywall for walls. . Fill the fine plaster putty in the gaps. Fiber mesh shall be used if the gap/crack of applying putty is too wide possibility to create future cracks. Apply sand paper for smoothing the putty surface after the putty dries completely.

2.5.3 The contractor shall remove door hardware and hardware accessories, electrical outlet plates and light fixtures that are not to be painted, or provide them with taping protection prior to surface preparation and painting.

2.5.4 Types of paint shall be used for the following areas :

Location Paint product Gloss level Color # Door SAMHWA Lacquer (LOV HS) Transparent Wall SAMHWA Satin (Egg-shell) Flat TBD Baseboard SAMHWA Semi-gloss TBD

2.6 Acoustic Drop Ceiling Work

2.6.1 The contractor shall replace “T bar type” of acoustic drop ceiling system (600 x600, Kumkang brand or equivalent) at the room No 403D as per the drawing A-03.

2.6.2 The contractor shall properly reinforce all the electrical and mechanical conduit pipes and hangers, duct, cable tray, ceiling mounted devices etc. in order to prevent any fall hazards. Ceiling hangers shall be galvanized steel wire. Hangers and attachment shall support a minimum 1330 N 300 pound ultimate vertical load without failure of supporting material or attachment.

3 2.6.3 The contractor shall provide the suspension drop ceiling system which is standard type, and in conformance with ASTM C 635 for intermediate-duty systems. Wall molding shall have a flange of not less than 23 mm. Inside and outside corner caps and standard corners shall be provided. Suspended ceiling framing system shall have the capability to support the finished ceiling, light fixtures, air diffusers, and accessories, as shown A-03.

2.7 Electrical Work

2.7.1 The contractor assures that the electrical system is correctly grounded. The new conductors shall be in conduit and concealed in the walls or ceiling. The Contractor shall not run any exposed or surface-mounted circuits.

2.7.2 The contractor shall provide electrical duplex outlets as per the electrical drawings. The U.S. Embassy, Seoul will provide electrical duplex outlets, 2-110V and the new switch-plates and outlet covers shall match the existing conditions. GFCI outlets shall be installed in all wet areas such as restrooms.

2.7.3 The contractor shall replace the fluorescent lighting fixture with two (2) sets of spot lighting at room No. 403D as per the drawing E-01. The contractor shall provide a separate lighting switch at room No. 403D.

2.8 Plumbing Work

2.8.1 The contractor shall replace the cold and hot water lines at the restroom (room No. 403D) with new copper pipes from the South plumbing pit on the 4th floor as per the drawing M-01.

2.8.2 The contractor shall provide cold and hot water lines to new lavatory faucet at room No. 403D and cold water to the emergency eye washer at room No. 403E.

2.8.3 The contractor shall provide concrete core drilling work to relocate two (2) sink drain lines at the room No. 403D and 403E. The drain line shall be connected to existing drain system on the 3rd floor above the ceiling.

2.8.4 The contractor shall provide an air exhaust grill at the room No. 403D. The exhaust grill shall be 450mm by 450mm with white plastic.

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

4 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. SAFETY MANAGEMENT PLAN

Contractor shall submit safety management plan based on the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-5-5, in effect on the date of the solicitation.

4.1 Safety (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 of Engineers 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.

5 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 31 calendar 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.

1. Notice of Delay

If the Contractor receives a notice of any change in the work, or if any other conditions arise which are likely to cause or are actually causing delays which the Contractor believes may result in late completion of the project, the Contractor shall notify the Contracting Officer. The Contractor’s notice shall state the effect, if any, of such change or other conditions upon the approved schedule, and shall state in what respects, if any, the relevant schedule or the completion date should be revised. The Contractor shall give such notice promptly, not more than three (3) days after the first event giving rise to the delay or prospective delay. Only the Contracting Officer may make revisions to the approved time schedule.

2. Working Hours

All non-disruptive work shall be performed during Monday through Saturday, 08:00 to 18:00.

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 08:00 and 18:00.

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

Any request to perform work before 08:00 or after 18:00 on any day must be made to and approved by the COR in advance.

3. Pre-construction Conference

A pre-construction conference will be held 3 days after contract award to discuss the schedule, submittals, notice to proceed, mobilization and other important issues that affect construction progress. See FAR 52.236-26, Pre-construction Conference.

6 ADMINISTRATIVE DATA

652.242-70 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (AUG 1999)

(a) The Contracting Officer may designate in writing one or more Government employees, by name or position title, to take action for the Contracting Officer under this contract. Each designee shall be identified as a Contracting Officer’s Representative (COR). Such designation(s) shall specify the scope and limitations of the authority so delegated; provided, that the designee shall not change the terms or conditions of the contract, unless the COR is a warranted Contracting Officer and this authority is delegated in the designation.

(b) The COR for this contract is the Engineer.

(End of clause) 1. Payment Request

Each application for payment shall cover the value of labor and materials completed and in place, including a prorated portion of overhead and profit. The Government will make payments no more frequently than monthly, unless otherwise provided in this contract. The Contractor shall submit invoices in an original and one (1) copy to the Financial Management Office at the following address:

U.S. Embassy Seoul, Korea Financial Management Center 188, Sejongdaero, Jongno-gu, Seoul, Korea

SPECIAL REQUIREMENTS

1. Insurance - The Contractor is required by FAR 52.228-5, "Insurance - Work on a Government Installation" to provide whatever insurance is legally necessary. The Contractor shall at its own expense provide and maintain during the entire performance period the following insurance amounts:

1.1. General Liability (includes premises/operations, collapse hazard, products, completed operations, contractual, independent contractors, broad form property damage, personal injury)

1. Bodily Injury on or off the site stated in Korean Won:

Per Occurrence W50,000,000 Won Cumulative W100,000,000 Won

2. Property Damage on or off the site in Korean Won:

Per Occurrence W10,000,000 Won Cumulative W20,000,000 Won

7 1.2. The foregoing types and amounts of insurance are the minimums required. The Contractor shall obtain any other types of insurance required by local law or that are ordinarily or customarily obtained in the location of the work. The limit of such insurance shall be as provided by law or sufficient to meet normal and customary claims.

1.3. The Contractor agrees that the Government shall not be responsible for personal injuries or for damages to any property of the Contractor, its officers, agents, servants, and employees, or any other person, arising from an incident to the Contractor's performance of this contract. The Contractor shall hold harmless and indemnify the Government from any and all claims arising therefrom, except in the instance of gross negligence on the part of the Government.

1.4. The Contractor shall obtain adequate insurance for damage to, or theft of, materials and equipment in insurance coverage for loose transit to the site or in storage on or off the site.

1.5. The general liability policy required of the Contractor shall name "the United States of America, acting by and through the Department of State", as an additional insured with respect to operations performed under this contract.

2. Laws and Regulations - The Contractor shall, without additional expense to the Government, be responsible for complying with all laws, codes, ordinances, and regulations applicable to the performance of the work, including those of the host country, and with the lawful orders of any governmental authority having jurisdiction. Host country authorities may not enter the construction site without the permission of the Contracting Officer. Unless otherwise directed by the Contracting Officer, the Contractor shall comply with the more stringent of the requirements of such laws, regulations and orders and of the contract. In the event of a conflict between the contract and such laws, regulations and orders, the Contractor shall promptly advise the Contracting Officer of the conflict and of the Contractor's proposed course of action for resolution by the Contracting Officer.

2.1. The Contractor shall comply with all local labor laws, regulations, customs and practices pertaining to labor, safety, and similar matters, to the extent that such compliance is not inconsistent with the requirements of this contract.

2.2. The Contractor shall give written assurance to the Contracting Officer that all subcontractors and others performing work on or for the project have obtained all requisite licenses and permits.

2.3. The Contractor shall submit proper documentation and evidence satisfactory to the Contracting Officer of compliance with this clause.

3. Construction Personnel - The Contractor shall maintain discipline at the site and at all times take all reasonable precautions to prevent any unlawful, riotous, or disorderly conduct by or among those employed at the site. The Contractor shall ensure the preservation of peace and protection of persons and property in the neighborhood of the project against such action. The Contracting Officer may require, in writing, that the Contractor remove from the work any employee that the Contracting Officer deems incompetent, careless, insubordinate or otherwise

8 objectionable, or whose continued employment on the project is deemed by the Contracting Officer to be contrary to the Government's interests.

3.1. If the Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this contract, the Contractor shall immediately give notice, including all relevant information, to the Contracting Officer.

3.2. Personnel Security Clearance

After award, the Contractor has 3 calendar days to submit to the Contracting Officer certificates of satisfactory criminal records check of the individuals assigned to this project for the Government. The certificate must be obtained from the police station where the individual maintains his/her residence. A separate list of all the individuals assigned to the project must accompany the certificates and the list should include the following information.

Full Name Place and Date of Birth Current Address National Identification Number

Failure to provide the certificates of satisfactory criminal records check may be considered grounds for rejection and/or require resubmittal of the application. Once the certificates of the applicants have been received and verified, the Government will issue project site access badges to the individuals on the list within 3 working days of the receipt of certificates. The badges may be revoked at any time for falsification of data, or misconduct on site.

The Contractor shall submit a list of all vehicles that require access to the U.S. Embassy property on a weekly basis. Information required is as follows:

Type of Vehicle Vehicle Tag Number Vehicle Driver Identification

The COR and the U.S. Embassy security officer have the right to deny access to any person and or vehicle that are deemed unacceptable.

3.3. The Contractor shall provide an English speaking supervisor on site at all times. This position is considered as key personnel under this contract.

4. Materials and Equipment - All materials and equipment incorporated into the work shall be new and for the purpose intended, unless otherwise specified. All workmanship shall be of good quality and performed in a skillful manner that will withstand inspection by the Contracting Officer.

9 DEPARTMENT OF STATE ACQUISITION REGULATION (DOSAR) CLAUSES

652.204-70 DEPARTMENT OF STATE PERSONAL IDENTIFICATION CARD ISSUANCE PROCEDURES (MAY 2011)

(a) The Contractor shall comply with the Department of State (DOS) Personal Identification Card Issuance Procedures for all employees performing under this contract who require frequent and continuing access to DOS facilities, or information systems. The Contractor shall insert this clause in all subcontracts when the subcontractor’s employees will require frequent and continuing access to DOS facilities, or information systems.

(b) The DOS Personal Identification Card Issuance Procedures may be accessed at http://www.state.gov/m/ds/rls/rpt/c21664.htm.

(End of clause)

CONTRACTOR IDENTIFICATION (JULY 2008)

Contract performance may require contractor personnel to attend meetings with government personnel and the public, work within government offices, and/or utilize government email.

Contractor personnel must take the following actions to identify themselves as non-federal employees:

1) Use an email signature block that shows name, the office being supported and company affiliation (e.g. “John Smith, Office of Human Resources, ACME Corporation Support Contractor”);

2) Clearly identify themselves and their contractor affiliation in meetings;

3) Identify their contractor affiliation in Departmental e-mail and phone listings whenever contractor personnel are included in those listings; and

4) Contractor personnel may not utilize Department of State logos or indicia on business cards. (End of clause)

10 QUOTATION INFORMATION

A) QUALIFICATIONS OF OFFERORS

Offerors/quoters must be technically qualified and financially responsible to perform the work described in this solicitation. At a minimum, each Offeror/Quoter must meet the following requirements:

(1) Be able to understand written and spoken English; (2) Have an established business with a permanent address and telephone listing; (3) Be able to demonstrate prior construction experience with suitable references; (4) Have the necessary personnel, equipment and financial resources available to perform the work; (5) Have all licenses and permits required by local law; (6) Meet all local insurance requirements; (7) Have no adverse criminal record; and (8) Have no political or business affiliation which could be considered contrary to the interests of the United States.

B) SUBMISSION OF QUOTATIONS

This solicitation is for the performance of the construction services described in “STATEMENT OF WORK”, and the Attachments which are a part of this request for quotation.

Each quotation shall consist of the following physically separate volumes:

Volume Title No. of Copies 2 copies include the original I Executed Standard Form 18 as one of the copies. Price quotation. The price quotation shall include a completed Attachment #1 "BREAKDOWN OF PRICE 1 copy II BY DIVISIONS OF SPECIFICATIONS" Attachment #2, “LIST OF MATERIAL ONLY WITH 1 copy QUANTITY TO BE USED WITH NO PRICES”

Submit the complete quotation to the address indicated on Standard Form 18, if mailed, or the address set forth below, if hand delivered.

GSO-PUR U.S. Embassy, Seoul 10, Namyoung-dong, Yongsan-gu Seoul, Korea

The Offeror/Quoter shall identify and explain/justify any deviations, exceptions, or conditional assumptions taken with respect to any of the instructions or requirements of this request for quotation in the appropriate volume of the offer.

11 Proposed Work Information - Provide the following:

(1) A list of the names, addresses and telephone numbers of the owners, partners, and principal officers of the Offeror;

(2) The name and address of the Offeror's field superintendent for this project;

(3) A list of the names, addresses, and telephone numbers of subcontractors and principal materials suppliers to be used on the project, indicating what portions of the work will be performed by them;

(4) Business License which can show the company’s basic information issued by local tax office; and,

C) LATE QUOTATIONS.

Late quotations shall be handled in accordance with FAR 52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004), which is incorporated by reference into this solicitation.

12 EVALUATION CRITERIA

Award will be made to the technically acceptable, lowest priced, responsible quoter. The Government reserves the right to reject quotations that are unreasonably low or high in price.

The Government will determine acceptability by assessing the offeror's compliance with the terms of the RFQ. The Government will determine responsibility by analyzing whether the apparent successful quoter complies with the requirements of FAR 9.1, including:

 ability to comply with the required performance period, taking into consideration all existing commercial and governmental business commitments;

 satisfactory record of integrity and business ethics;

 necessary organization, experience, and skills or the ability to obtain them;

 necessary equipment and facilities or the ability to obtain them; and

 otherwise qualified and eligible to receive an award under applicable laws and regulations.

13 ATTACHMENT #1

BREAKDOWN OF PRICE BY DIVISIONS OF SPECIFICATIONS

(1) (2) (3) (4) (5) (6) DIVISION UNIT Q’TY LABOR MATERIALS AMOUNT DESCRIPTION 1. General Requirements 2. Site Work 3. Concrete 4. Masonry 5. Metals 6. Wood and Plastic 7. Thermal and Moisture 8. Doors and Windows 9. Finishes 10. Specialties 11. Equipment 12. Furnishings 13. Special Construction 14. Conveying Systems 15. Mechanical 16. Electrical

Direct cost Total

17. Admin. Expense

18. Overhead

19. Profit

In-direct cost Total

Grand Total

PRICE TOTAL: Korean Won

Offeror:______Date: ______

14 ATTACHMENT #2

LIST OF MATERIAL ONLY WITH QUANTITY TO BE USED WITH NO PRICES

(1) (2) (3) DIVISION UNIT Q’TY DESCRIPTION 1. General Requirements/ Mobilization 2. Site Work 3. Concrete 4. Masonry 5. Metals 6. Wood and Plastic 7. Thermal and Moisture 8. Doors and Windows 9. Finishes 10. Specialties 11. Equipment 12. Furnishings 13. Special Construction 14. Conveying Systems 15. Mechanical 16. Electrical

Offeror:______Date: ______

15 ATTACHMENT #3

Drawings

(Will be provided at the pre-quotation conference)

16