Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
SOURCES SOUGHT

C -- Architect-Engineering Services in the Transportation and Civil Engineering Sectors

Notice Date
3/28/2002
 
Notice Type
Sources Sought
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523
 
ZIP Code
20523
 
Solicitation Number
MOP-02-850
 
Response Due
4/29/2002
 
Archive Date
5/14/2002
 
Point of Contact
Joseph Schmidt, Contracting Officer, Phone 202-712-0619, Fax 202-216-3132, - James Jeckell, Contracting Officer, Phone 202-712-0491, Fax 202-216-3132,
 
E-Mail Address
jschmidt@usaid.gov, jjeckell@usaid.gov
 
Description
The Agency for International Development (USAID) invites submission from eligible architect-engineer (A&E) firms with registered professional engineers and/or licensed architects with the expertise in: (1) Transportation engineering and services in planning, design, operation, management financing, training in the following: highways; urban/rural roads, bridges; airports; railroads; public transportation; and pipelines. (2) Civil Engineering including Structural, Geotechnical and Environmental Engineering; and (3) Value Engineering, Engineering Economics and Institutional Policy Reform including alternative financing. Only firms and joint ventures (including subcontractors) having demonstrated capability to supply all of the required services are encouraged to respond. The experience and capabilities required are as follows: (1) reconnaissance investigations of proposed or on-going planning engineering and construction activities; (2) preparation or review of pre-feasibility and feasibility studies (including preparation of preliminary or final drawings, sketches, changes and plans); (3) designs and specifications for systems, equipment and facilities; reports and recommendation; and training programs; (4) assistance in preparing environmental assessments and impact statements in accordance with Regulation 216 (USAID?s Environmental Procedures); (5) analysis, evaluation and preparation of plans and procedures for maintenance and operations; (6) management and assistance in procurement processes; inspection services for implementation, installation or construction and major equipment; (7) preparation or review of reports and recommendations for determining economic rates of return for development assistance activities, capital investments and support for private sector participation; (8) provision of short term services to perform value engineering for infrastructure projects to reduce costs while meeting equivalent performance specifications; (9) analysis, evaluation and preparation of plans and procedures for maintenance and operations; (10) planning, performance, monitoring of acceptance tests; preparation of documentation for acceptance of equipment, systems construction and installation work; (11) assistance in statistical analysis of current data or forecasted demand/traffic and development or review of tariff/rates studies; (12) evaluation of transportation and other capital projects and reporting on benefits, costs and lessons learned; (13) assistance to host country institutions for planning, organizational needs assessments and strengthening, and transportation policy formulation; (14) development, adaptation, or refinement of analytical tools and methods, including computer software in studies; (15) market assessments; (16) preparation of statistical data bases oriented to supply and demand and availability of indigenous resources such as transportation systems; (17) assistance to host country organizations in research and in the formulation of policy for utilization of indigenous resources such as transportation systems; and (18) analysis of local building codes. USAID will enter a five-year indefinite quantity contract (IQC) with an estimated contract sector ceiling of $15 million. Task Orders may be short-, medium- or long-term in duration, and may be issued by USAID Missions and Bureaus, worldwide. THIS IS NOT A REQUEST FOR PROPOSALS; THERE IS NO RFP PACKAGE AVAILABLE AT THIS TIME. A&E firms and joint ventures meeting the above qualifications should submit Standard Forms 254 and 255, together with the following supplemental data: A statement as to whether the firm or venture has worked in developing countries. For each project listed in Block 8 of SF 255, indicate the name, position of the principals in the firm(s) and their responsibilities. Submit a table showing the fluency of personnel in foreign languages, including but not limited to Arabic, French, Spanish and Russian. Past performance references with respect to all contracts, grants, or cooperative agreements involving the provision of similar or related services over the past seven years to USAID and other organizations (both governmental and commercial), including the name and address of the organization for which the services were performed; the name and current telephone number of the responsible technical representative of that organization; the number, if any, of the contract, grant or cooperative agreement; and a brief description of the services provided including the dates of the period during which the services were provided including the dates of the period during which the services were performed. Failure to provide complete information regarding similar/related contracts, grants or cooperative agreements may result in a lower technical score or disqualification. USAID may use this information to contact clients to obtain information on performance. The Contracting Officer will consider the data along with other factors in determining whether the offeror is to be considered responsible as defined in FAR 9.1. The firms shall be evaluated in accordance with FAR Part 36.602-1(a) and AIDAR Part 736.602-3 (b). For evaluation purposes, each offeror may earn the following points in the following, in conjunction with the eighteen experience and capabilities shown in paragraph 2 of this notice: (a) engineering experience preferably in developing countries (25 points); (b) roads, highways, bridges and railways (15 points); (c) engineering economics and/or institutional regulatory policy reform (15 points); (d) experience working with USAID, foreign governments, and international donor organizations (15 points); (e) value engineering (10 points); (f) housing/shelter and schools (10 points); and (g) preparation of environmental assessments in conformance with Regulation 216 (10 points). The NAICS Code for this procurement is 541330 - Engineering Services. The minimum subcontracting goal for this requirement with small business is fifteen percent (or about $2,250,000) of the total ceiling price. Subcontracting with small business concerns and socially and economically disadvantaged entities: USAID encourages maximum participation with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. It is anticipated that the prime contractor will make maximum practicable use of such entities. The Small Business Subcontracting Program, pursuant to FAR 52.219-9, is required for the overall IQC contract and for each future Task Order awarded in excess of $500,000. In order to be considered for award under RFP No. M/OP-02-850, the offeror must send an original and five copies of all required documentation to the attention of Joseph Schmidt, U.S. Agency for International Development, Office of Procurement, 1300 Pennsylvania Avenue, NW, Washington D.C. 20004, Room 7.09-078 not later than April 29, 2002 at 12:00 p.m. EST.
 
Record
SN00049442-W 20020330/020328213037 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.