Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2005 FBO #1425
MODIFICATION

Y -- USAID/Sudan Field Office Compound renovations in Juba, South Sudan

Notice Date
10/19/2005
 
Notice Type
Modification
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Agency for International Development, Overseas Missions, Kenya USAID-Nairobi, Unit #64102, APO, AE, 09831-4102
 
ZIP Code
09831-4102
 
Solicitation Number
RFP-623-P-00-06-00001
 
Response Due
11/7/2005
 
Archive Date
11/7/2005
 
Description
AMENDMENT NUMBER 6 TO RFP-623-P-00-06-00001 USAID/SUDAN FIELD OFFICE COMPOUND RENOVATIONS IN JUBA, SOUTH SUDAN. This amendment six does the following: 1) Announce to the potential offerors answers to questions received so far and confirm that though USAID has provided answers, the deadline for submission of questions remains October 24, 2005 and posting of answers to the subsequent questions will be no later than October 28, 2005. Questions and Answers: QUESTION 1). Are there any drawings available for the existing compounds and buildings thereon. ANSWER [NO.] QUESTION 2) Standard form 1442: Solicitation, Offer and Award shows that an offer guarantee (Bid guarantee) is not required. [Correct] Item I.4 52.228-1: Bid guarantee requires 100% of the bid price. This seems an excessive requirement. Please clarify your exact requirements including whether an insurance bond from a reputable company would be acceptable if a bid bond is required? ANSWER [Bid guarantee will not be required] QUESTION 3). Standard form 1442: Solicitation, Offer and Award shows that the performance and payment bonds are to be furnished in 5 days whereas item I.4 (d) states 10 days. Please clarify which is to apply 5 or 10 Days? ANSWER[10 days] QUESTION 4). Section C states that the Contractor shall design and construct the complex in accordance with the requirements stated in Section J, Technical requirements. As this is a renovation project and USAID is supplying ALL materials for the Permanent Works and requires a 90 day completion it presupposes that design work has already been carried out to cater for the Clients needs, to allow the procurement of all materials required for the project and that the Contractor is only to implement the works. Section J includes a description of the work but confuses the issue of who is supplying materials. Please clarify the design aspect and confirm that ALL permanent materials are to be supplied by USAID. Please also confirm that all materials will be delivered in Containers which will be stored on site until the materials are required to be incorporated in the works. ANSWER[all permanent materials will be supplied by USAID], STORAGE ARRANGEMENT WILL HAVE TO BE WORKED OUT BY USAID.] QUESTION 5). The drawing included for the perimeter wall type DS-50 does not tie up with the security fence reference type S-1 (items 124a and b in your schedule of work). Can you please clarify that a 1.00 metre high anti ram wall is your full requirement? Your entrance gates are minimum 2.75 m high. ANSWER [The one meter height is above grade (1.8 minimum height) is the anti ram section only which will be class 25 concrete.. The wall will extend another 1.7 meters which will be brick or other locally available material.] QUESTION 6). F.9 Level of Effort: No attachment. ANSWER [ignore this section] QUESTION 7). Please provide contact person & company details for USAID Medivac provider including email. ANSWER [USAID does not have a Medivac provider for Sudan. ] QUESTION 8). Item 1.5 Prompt payment states 14 days for payment after the billing office receives a proper payment request. Addendum 1 item 13 states 30 days. Please confirm whether 14 or 30 Days applies?ANSWER [30 days] QUESTION 9). Item I.6 If there are items required in the technical specification which are not included in the estimates sheet how are these items to be shown and included (i.e. planter box protection, safe area steel plating etc.)ANSWER [Items not included will be negotiated with the contractor based on the dayrates provided. The dayrates must be in line or compatible with the bid.] QUESTION 10). Item 1.6 Which drawings are we expected to receive from the Contracting Officer? ANSWER[none except Security fence] QUESTION 11). Addendum 1 item 1.2 Housing and food for two inspectors. Are there any published minimum standards required? Please advise us where to look if there are any. Please also confirm that the timescale would be just prior to the commencement of the permanent works until completion. ANSWER [same standards as your senior staff on site or AFEX camp.] QUESTION 12). Addendum 1 item 5.0 (c) Please confirm exact definition of SRWF. ANSWER [SRWF is shatter resistant window film or Mylar window film which will be provided by USAID] QUESTION 13). We have noticed the use of the terms, ?Notice to Proceed? and ?Award of Contract?, have been used interchangeably. They do have an implication on the contract period and the subsequent contract value. Kindly clarify the meaning of these two terms, and further clarify what a ?Notice to Proceed? entails and how it is issued. Is it documented or is it verbal? ANSWER [Notice to proceed will be in writing and after USAID as confirmed enough of the materials are on site to start work. The contract may be awarded earlier so the winner can start planning.] QUESTION 14). The Standard Form Paragraph 13. B states that the contractor is not required to provide an offer guarantee for the bid. However, section 1.4 52.228-1 (a) notes that failure to furnish a bid guarantee in the proper form and amount at the set time of opening of the bids, may cause rejection of the bid. Kindly clarify the above ambiguity. ANSWER [Bid guarantee not required but performance bond is required.] QUESTION 15). Kindly provide a list of the of the insurance companies and banking institutions approved by USAID, for purposes of getting the bid guarantees, and the performance bonds. ANSWER[We do not recommend or have an approved list. Your bond company will have to meet international standards and be approved by USAID] QUESTION 16). We would like to introduce a clause providing for a Payment Guarantee, by the client, THE Government, to the contractor incase of award of the contract. ANSWER [No] QUESTION 17). Section H. Special Contract Requirements. H.4. Logistics Support, states that the contractor shall be responsible for furnishing all logistical support in the US and overseas. Being a labor only contract with the client supplying all the permanent materials, we seek a clarification on the extent of the contractor?s participations, in logistical support. ANSWER [Ignore this] QUESTION 18). Telephone lines. ANSWER [Telephone installation will be minimal. Allow one technician and one or two helpers two weeks to complete the telephone installation.] QUESTION 19). Section H. Special Contract Requirements. H.4. Logistics Support, states that the contractor shall be responsible for furnishing all logistical support in the US and overseas. Being a labor only contract with the client supplying all the permanent materials, we seek a clarification on the extent of the contractor?s participations, in logistical support.ANSWER [Ignore this] QUESTION 20). The Technical requirements pg 44 of 49 3.1.10, indicates that all the repainting and re-varnishing shall be in two coats of high quality washable paint supplied by the contractor. Does this effectively make paint a consumable item to be supplied by the contractor? ANSWER [Paint supplied by USAID but brushes, scrapers, wire brushes, etc by contractor] QUESTION 21). The standard form under section F9. Level of Effort. It talks of an attachment showing the Level of effort by Labor Category. There is no such attachment. Kindly advice. ANSWER [ignore this section] QUESTION 22). Sections 3.1.9 and 3.1.10 ANSWER [Clarification. USAID will supply paint.]
 
Place of Performance
Address: Juba, South Sudan
Country: Sudan
 
Record
SN00917620-W 20051021/051019211516 (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.