Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

Y -- Request for Proposal - Sri Lanka Tsunami Reconstruction Project

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Agency for International Development, Overseas Missions, India USAID-New Delhi, Dept. of State, Washington, DC, 20521-9000
 
ZIP Code
20521-9000
 
Solicitation Number
386-05-014
 
Response Due
5/16/2005
 
Archive Date
9/30/2005
 
Description
REFERENCE Number : SL688-05 Issuance Date : April 8, 2005 Closing Date : May 16, 2005 Closing Time : 2pm (Delhi time) Subject: Presolicitation Notice for Upcoming Issuance of Request for Proposal (RFP) No. SL688-05; Sri Lanka Tsunami Reconstruction Project Pursuant to the authority contained in the Foreign Assistance Act of 1961, the US Agency for International Development in New Delhi, India (USAID/India) is issuing this presolicitation notice for the upcoming RFP to be issued in accordance with U.S. Government Federal Acquisition Regulation (FAR) Part 36.300 for the reconstruction and rehabilitation of a bridge, road and fisheries harbors, vocational technical schools on the island of Sri Lanka. Offerors must be qualified U.S. or non-U.S. construction engineering firms (subcontracting with particular emphasis on the use of Sri Lankan firms and personnel). To be eligible as a construction firm, a firm must perform construction as a significant portion of its business; must be incorporated and have its corporate headquarters in a country other than Cuba, Libya, North Korea, Iran, Laos or Syria; must have paid corporate franchise and employment taxes in the country where its headquarter office is located for a minimum of two years and shall have filed corporate and income tax declarations for a minimum of two corporate years, having paid any applicable taxes determined to be due as a result of such filings; and employ citizens in key management positions from countries other than Cuba, Libya, North Korea, Iran, Laos or Syria. Performance and payment bonds will be required. Estimated cost of construction is between $25,000,000 and $35,000,000. USAID/Sri Lanka intends to award one contract to achieve the objectives identified in the RFP. The contract will be in effect for an estimated three year period. PROJECT SCOPE: This is a two-phase design-build selection process under FAR Part 36.300. Design-build means combining design and construction in a single contract with one prime contractor. The project scope includes: replacement of the Arugam Bay Bridge, provision of water supply for Pottuvil and Arugam Bay tourist area, wastewater collection, treatment and disposal in the Arugam Bay tourist area, improvement of the 17 kilometer road connecting Arugam Bay to Panama, repair and expansion of fishing harbors in several (up to 4) selected locations on the south coast, repair of several existing vocational education schools, expansion of two schools into regional vocational educational centers, and construction of a small bridge and associated roads in Matur near Tricomalee. Shelter will not be included in this program as it is being covered by other donors. The contractor may also need to retain suitable subcontractors to carry out studies. These may include an area development study for Arugam Bay with a focus on tourism development. Concerning the construction of the regional schools the contractor will need to ensure that the design of new construction ncorporates ?green? design principles for lighting, ventilation and electric power consumption. PLANS AND SPECIFICATIONS: The RFP for phase?one will be issued at this website on or about May 2, 2005. An amendment to the phase-one RFP will be provided directly to up to five (5) offerors from phase-one selected to submit phase-two proposals. Phase-two of the solicitation will be prepared in accordance with FAR Part 15 and shall require the submission of technical and cost proposals. PRE-BID CONFERENCE: A meeting for the benefit of all interested parties will be held in Colombo, Sri Lanka at the following date and location. All interested parties (individuals representing potential prime or subcontractors) are strongly encouraged to attend. Venue: Taj Samudra Hotel 25 Galle Face Centre Road, Colombo 3, Sri Lanka Website: http://www.tajhotels.com/Business/Taj%20Samudra%2CCOLOMBO/ Time: 8:30am until 12 noon Date: Tuesday, May 10, 2005 Further information will posted at the following website: http://www.usaid.gov/in/ At the pre-bid conference potential bidders will have the chance to ask questions of the USAID Contracting Officer, other US and Sri Lankan Government officials about aspects of the tender document and the selection process as well as the program initiative in more general terms. Interested parties (each individual) must register no later than Thursday, May 5, 2005 in order to attend the planned pre-bid conference. Registration consists of providing your full legal name, position title, company/office name and location, email address, and facsimile number. That registration information must be provided in an email to the USAID Contracting Officer at marcusjohnson@usaid.gov or via facsimile number 91-11-24198390. Individuals currently in Sri Lanka may send a facsimile to register at 2472850 or 2472860. CONTRACT PROCEDURES: This will be a two-phase design-build selection process requiring both a non-price proposal (phase-one) and a technical and price proposal (phase-two). Phase-one will consist of an evaluation of non-price factors which will include, at a minimum, Experience, Past Performance, and Management Capability of the offeror. (An outline of phase?two evaluation factors will be included in the phase-one RFP.) No more than five (5) of the highest ranked proposals in phase-one will be offered the opportunity to submit a proposal under phase two. Tentative date for issuance of the phase-one RFP is May 17, 2005. Tentative date for receipt of Phase-one proposals is May 31, 2005. Tentative date for request of phase two proposals is June 7, 2005. Tentative date for receipt of phase-two proposals is July 15, 2005. Award will be a cost-plus-fixed fee, completion form contract (with a plug figure provided for construction that will then be undertaken through issuance by the USAID Contracting Officer of job orders resulting in subcontracts with Sri Lankan construction firms awarded to the greatest extent practicable on a firm fixed price basis). Contract duration shall be approximately 1095 (3 years) calendar days. Final award selection after phase-two evaluations will be made using the tradeoff process (FAR Part 15.101-1). Please note that funds are not currently available for this program. While USAID fully expects funds to be available, and, thus, is proceeding with this RFP, should funds not become available USAID will be unable to enter into a contract. USAID is not liable for any costs incurred in the preparation and submission of offers. Issuance of this presolicitation notice and the forthcoming RFP does not constitute an award commitment on the part of the U.S. Government (USG). The USG reserves the right to reject any and all offers received. Final award of any resultant contract cannot be made until funds have been fully appropriated, allocated and committed through internal USAID procedures. USAID shall not be liable for any costs incurred by offerors in the preparation and submission of an offer. This program is authorized in accordance with the Foreign Assistance Act of 1961, as amended. Any resulting award from this RFP will be administered in accordance with applicable FAR and AIDAR provisions and clauses. Any questions concerning this presolicitation notice must be submitted in writing to the undersigned Contracting Officer, by e-mail to (marcusjohnson@usaid.gov) or fax 91-11-24198796. Sincerely, /s/ Marcus A. Johnson, Jr. Regional Contracting Officer USAID/India, Sri Lanka & Maldives U.S. Embassy New Delhi Reference Notes - The U.S. Federal Acquisition Regulations (FAR) are found at the following website: http://www.arnet.gov/far/ The U.S. Agency for International Development Acquisition Regulations (AIDAR) are found at the following website: http://www.usaid.gov/policy/ads/300/aidar.doc Current USAID business and grant opportunities for Sri Lanka and India may be found at website http://www.usaid.gov/in/WhatsNew/BGOpp.htm
 
Place of Performance
Address: Pottuvil, Matur, Tricomalee,, Sri Lanka
Country: Sri Lanka
 
Record
SN00784813-W 20050410/050408211549 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.