May 2, 2018
Bid Notice
< RFP No. KARI-2018-0254 >
Korea Aerospace Research Institute (KARI) invites sealed bid from eligible Bidders for the KOMPSAT-7 Launch
Services.
The following is an outline of the requirements, so potential Bidders are requested to carefully review the
following instructions and to submit their Proposals in accordance with the guidelines and requirements as
contained in the RFP.
1. Main Scope
- Purpose: KARI seeks best qualified bidders who provide a launch service and any other necessary work for the
purpose of launching KOMPSAT-7 satellite into the target orbit.
- Item: KOMPSAT-7 Launch Services
- Estimated Budget: KRW 38,000,000,000
- Method of Contract: a limited competitive bid (Contract through Negotiation)
2. Qualification of Bidder
- Bidder shall have direct knowledge and experience in successfully launching a satellite using a launch vehicle
with performance characteristics capable of launching a satellite as of the Bid Closing Date, and Bidder shall
be in possession of the necessary license, in effect as of the Bid Closing Date, to act as a launch service
provider.
- Written commitments from both the launch vehicle providers (including government, if applicable) and
manufacturers for each stage and fairing, who are in possession of the necessary license in effect as of the
Bid Closing Date, are required for the assurance of furnishing the proposed launch vehicle designated for
KOMPSAT-7 to the Bidder prior to the Bid Closing Date. Bidder shall also submit the approval from a
relevant government for the use of the launch site and related launch facilities prior to the Bid Closing Date.
※ The above evidence document shall be sent by e-mail according to Article 9. Point of Contact for Bidding in
this Bid Notice.
- The proposed launch vehicle shall be able to launch KOMPSAT-7 which includes U.S. exported license
components at the proposed launch site. The proposed launch service shall meet the U.S. export control
policy.
- The qualifying statement for the above requirements and supporting materials shall be provided in the
Proposal. Additional qualifying evidence may be requested to substantiate Bidder’s claim during the
evaluation.
- The qualification of the Bidders is solely at the proposal evaluation committee’s discretion, and any Bidders
shall not raise any objection regarding the proposal evaluation committee’s decision thereupon.
3. Registration of Intent
- Registration: submittal by formal letter of intent
- Bidder shall inform KARI of its intent by a period of two (2) weeks (by May 16, 2018 18:00pm in Korean local
time) from the address of this public notice. A registration of intent shall be made to the address indicated in
the RFP by e-mail, post, courier or fax.
4. Distribution of RFP and Submittal of Proposal
- Distribution of RFP: KARI will provide the RFP package to Bidder who submitted the formal letter of intent in
time, and the Bidder shall inform KARI of the receipt of the RFP package within twenty four (24) hour after
the receipt of the package.
- Bid Closing Date and Time: June 12, 2018 15:00 Korean Local Time
※ The proposal submitted after the designated date and time shall be considered as invalid.
- twelve (12) proposals, two (2) price proposal, two (2) sets of CD or USB and bid bond shall be hand-carried or
sent via appropriate courier service to KARI personnel or his designee before the Bid Closing Date and Time.
On submission of proposal by Bidder’s deputy, one (1) power of attorney and a copy of his identification are
required to be presented.
- The Bid currency is USD (However, other currency can be allowed).
- The proposal shall be made in English.
5. Bid Bond
- Bidder shall establish a bid bond in favor of KARI before the Bid Closing Date and Time. The total amount of
the bid bond shall be at least five percent (5%) of total bid price and shall be valid for six (6) months after Bid
Closing Date.
- The currency of bid bond is USD (However, other currency can be allowed).
- The Bid Bond shall be in the form of a surety bond issued by the Seoul Guarantee Insurance Company, in the
form of an irrevocable standby letter of credit or bank guarantee by first class international bank, cash or
other means of gurantee acceptable to KARI. In case of surety bond, it shall be advised through “the Seoul
Guarantee Insurance Company”. In case of cash, bank guarantee, or the irrevocable standby letter of credit, it
shall be advised through “Woori Bank” (Daejeon Branch at 29 Munye-ro, Seo-gu, Daejeon, 35241 Korea,
Tel:+82-42-488-9704, Ext.312, Fax: +82-505-003-0759). The bond shall be available by KARI’s request on the
Seoul Guarantee Insurance Company or by KARI’s draft at sight drawn on the bank, accompanied by the
statement of KARI stating that Bidder has refused to enter into a contract with the terms and conditions in
the Requeste for Proposal as amended, if any, that Bidder has hindered the fair bidding by fraud or
mispresentation, or that Bidder has withdrawn its Proposal after the Bid Closing Date.
- Bid Bond Esatablishment Method and Bid Bond Return shall refer to the Article 2.7 Bid Bind in the RFP.
6. Nullification of Bid
- This bidding may be nullified in accordance with Article 39(4) of ENFORCEMENT DECREE OF THE ACT ON
CONTRACTS TO WHICH THE STATE IS A PARTY and Article 44 of ENFORCEMENT RULE OF THE ACT ON
CONTRACTS TO WHICH THE STATE IS A PARTY.
7. Evaluation of Proposal
- Evaluation of technical part: 80 point, evaluation of price: 20 point
- Unless otherwise specified herein, any necessary standards and procedures for the execution of the Contract
shall be in accordance with the “Standards of Execution of Contract by Negotiation” (the Ministry of Strategy
and Finance’s established rules on contracts) and the RFP.
- According to the “Standards of Execution of Contract by Negotiation” and the RFP, both technical part and
price part are evaluated. Through the evaluation of technical proposal, a Bidder who gets score exceeding
eighty five percent (85%) of score in technical part will be selected as Qualified Bidder. After the evaluation
of technical proposal, the Qualified Bidders shall be evaluated by price part. And then, the Qualified Bidders’
technical part evaluation score and bidding price evaluation score are put together. Top scorer will be the
Successful Bidder and the Qualified Bidders’ rank will be decided in accordance with the ranking of total
score (if the total score is the same, the Bidder with higher score in technical part is preferred to others).
- The Qualified Bidders may attend the evaluation of price proposal on the date and time informed by e-mail
and in case a deputy who is designated by Qualified Bidder attends above process, he or she shall submit a
power of attorney letter signed by Qualified Bidder and his/her certified identification to KARI. If Qualified
Bidders or any deputy can not attend the evaluation of price proposal, a KARI’s employee who is not
connected to this bidding will attend and monitor the evaluation of price proposal.
※ Currency shall be applied to the 1st basic exchange rate of KEB Hana Bank on the date of price evaluation.
8. Remarks
- The Bidder shall have a full understanding of all matters necessary for this Bidding including the RFP prior to
making a bid and shall be responsible for any and all disadvantages arising from insufficient understanding of
matters necessary for this Bidding.
- Bidder shall prepare the Proposal in truth. In case that any content of the Proposal is founded to be false later,
KARI may terminate or cancel the Contract even after the Contract is concluded.
- All documents submitted in response to the RFP including the Proposal for this Bidding shall not be returned.
- All expenses incurred by Bidder in connection with its Proposal for this Bidding are for its own account and
KARI will not disclose the evaluation result of Bidder’s Proposal.
- If any Bidder is bankrupted or insolvent as of the date of this bid notice, such Bidder shall not be allowed to
participate in this Bidding.
- Bidders are required to keep confidential any data and information acquired in the Contract award. If any
Bidder violates it, such Bidder may assume civil and criminal liability, sanction for inappropriate business
entity, and other disadvantages (such as penalty for security violation, subtraction of evaluation scores in
future biddings, etc.).
- The RFP and Contract shall be construed in accordance with and governed by the laws of the Republic of
Korea.
9. Point of Contact for Bidding
For further details, please refer to the RFP Documents
Contractual matters
Technical matters
Procurement Team
Korea Aerospace Research Institute
169-84 Gwahak-ro, Yuseong-gu,
Daejeon, 34133, Korea
Attn. : Mr. Sean KIM (Young-Taek, KIM)
Tel. : +82-42-860-2613, Fax : +82-42-860-2627
e-mail : kimyt@kari.re.kr
KOMPSAT-7 Systems Engineering & Intergration Department
Korea Aerospace Research Institute
169-84 Gwahak-ro, Yuseong-gu,
Daejeon, 34133, Korea
Attn. : Mr. Jang-Won SUH
Tel : +82-42-860-2508, Fax : +82-42-870-3550
e-mail : jwsuh@kari.re.kr