Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

C -- Project Development, Project Management, Environmental, and General Engineering Consulting Services

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, DC, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-06-RFP-0007
 
Response Due
11/21/2005
 
Point of Contact
Sinnammal Souppaya, Contracting Officer, Phone 202.521.3876, Fax 202.521.3702,
 
E-Mail Address
souppayas@mcc.gov
 
Description
Architect-engineering (A-E) services are required for a range of engineering services and other consulting services in connection with the development, assessment, monitoring, and evaluation of infrastructure projects in developing countries to be funded by the Millennium Challenge Corporation (MCC). Questions regarding this solicitation should be submitted NO LATER THAN 4:00 P.M. NOVEMBER 14, 2005, addressed to either Paulette Roseboro, Senior Contract Specialist or Ms. Sinnammal Souppaya, Contracting Officer, e-mail: Infrastructure@mcc.gov subject line should state: A-E Services 1. Contract Information This contract is being procured in accordance with Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work. Multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract awards are anticipated for specific infrastructure sub-sector(s) and competency areas(s) (see Project Information below), each with a base year and four one-year options. The government may exercise option periods unilaterally. The value and ceiling of each contract will be determined based on the sub-sector(s) and competency area(s). The maximum value of task orders issued will not exceed $20 million each year. The minimum guarantee for each contract shall be $2,500 for each year. Work will be issued by negotiated firm fixed price or time and materials task orders. Performance will be authorized through the competitive award of individual task orders each of which will have a specific period of performance. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. It is anticipated that the initial task order will be awarded competitively in February 2006. While, in most cases, task orders will be issued pursuant to a competitive process, giving qualified firms a fair opportunity to compete, MCC reserves the right, based on the competition initially received under the basic contract awards, to award task orders on a sole source basis. The work requirements may require performance of services at contractor facilities, at the offices of MCC in Washington, DC and in foreign countries. The contractor is generally expected to make all logistical arrangements (hotels, visa services, translation and interpretation, local support and transportation). North American Industrial Classification System code is 541330, which has a design standard of $4,000,000 in average annual receipts. It should also be noted that MCC is required to administer a small business program. To this end, MCC seeks, to the maximum extent possible, to include highly qualified small and disadvantaged business firms in the basic contract awards and, as available, in subcontract opportunities under task orders issued. Interested parties are reminded that the successful firm(s) will be expected to place subcontracts, to the maximum extent possible, with small and disadvantaged firms in accordance with Public Law 95-507. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Any large businesses firm selected must comply with FAR 52.219-9 regarding the requirement for submission of subcontracting plans. In your response to this notice clearly identify your business size and, if applicable, your firm’s socio-economic status. When work is identified, following award of IDIQ contracts, task order specific selection criteria will be provided to the contractors to supplement their SF330s. The SF330s and supplements will be used to determine the most highly qualified firms. Successful firms are advised that they will not be eligible for award of a contract (funded out of the proceeds of a Compact) to implement a specific infrastructure project for which they provided development, assessment, evaluation or monitoring services to MCC or the eligible country hereunder. To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. Project Information INTERESTED PARTIES ARE ADVISED TO REVIEW THE DETAILED STATEMENT OF WORK (SOW) ATTACHED TO THIS NOTICE FOR ADDITIONAL INFORMATION. MCC is engaging with a number of countries designated as eligible to apply for MCC assistance and, eventually, will enter into an agreement (Compact) for assistance with countries that submit quality proposals that support economic growth. Countries identify their own highest priorities for achieving sustainable economic growth and poverty reduction and the MCC makes a determination of funding based on its evaluation of the merits of proposed projects and programs. Proposals developed by countries may include requests for funding of infrastructure projects, for example, in one or more of the following sectors: 1. Transport – highways, roads and bridges, ports, rail and airports 2. Water Resources, Water and Sanitation – management and development of hydro resources, rural and urban water supply and sanitation systems 3. Energy – resource development, electric generation (conventional or alternative energy), transmission and distribution, rural electrification, gas supply and distribution, oil and gas exploration and production 4. Industrial and institutional facilities – industrial parks and agricultural processing zones; institutional facilities such as schools, hospitals, etc. 5. Telecom and Information Communication Technology (ICT) – telecommunications infrastructure Contractors with skills and experience in any of the above sectors may submit offers, and should indicate those sectors in which they possess appropriate skills and substantiate their qualifications. Proposals should be inclusive of all sectors for which they wish to be considered. 2.2 Geographic Areas and Eligible Countries For purposes of this action, it may be assumed that MCC will be dealing with approximately 20 countries and that many of the countries will be considering multiple infrastructure projects. Please see the MCC website (www.mcc.gov) for a list of eligible countries. Additional eligible countries will be announced by the MCC Board of Directors in November 2005 and annually thereafter. 2.3 Competency Areas Beginning with the proposal stage, MCC will need to assess, among other things, the technical feasibility, engineering soundness, environmental impacts, institutional aspects, economic viability and regulatory framework, financial and economic viability, and sustainability of proposed projects. Once a project has been approved for funding under the Compact, there will be a continuing need to monitor project progress during the construction phase and, in some cases, to evaluate project performance and impacts during the operational phase. Contractors shall provide consulting, advisory, assessment, monitoring and evaluation services in the areas of program and project development, independent engineering, financial and economic analysis and environmental and social assessment in response to long-term and short-term task assignments. Experience with design, implementation, monitoring and evaluation of infrastructure projects is required, and overseas experience in developing countries is highly desirable. Knowledge of foreign languages is highly desirable (especially French, Spanish, Portuguese, Russian and Arabic) but not required. Specific assignments within each task include, but are not limited to, the following competency areas: Competency Area I: Project development Once countries have submitted a proposal for MCC funding, MCC and the country may decide that additional program development activities are required. Such activities may include project feasibility studies, baseline studies, and environmental evaluations. The countries may require additional assistance in managing and executing these activities. Assistance to countries may include: • Consulting services involving project development and implementation • Integration of projects into comprehensive program of economic development assistance • Review and assessment of capacity to implement projects and program. Competency Area II: Assessing project feasibility and engineering The contractor shall conduct an assessment of the proposed project from the perspective of an Independent Engineer representing MCC. The assessment will cover a variety of elements that will be further identified by the MCC but will generally include: • Review of project concept and feasibility • Assessment of appropriateness of chosen technology and application, including constructability and value engineering • Assessment of design and engineering projects • Analysis of project timeline and schedule • Analysis of project technical risks • Analysis of project plans, specifications, and cost estimates • Analysis of operational capacity • Assessment of maintenance requirements • Review and development of Master Plans Competency Area III: Assessing environmental and social impacts The legislation that created MCC mandates that no assistance may be provided for any project that is likely to cause a significant environmental, health or safety hazard. With that in mind, the contractor shall review environmental and social impact assessments of projects under consideration on behalf of the MCC. The contractor shall conduct a technical review of environmental and social assessment work related to potential projects from the perspective of an Independent Engineer representing the funding entity, i.e., MCC. This review will cover a variety of elements that will be further identified by the MCC but will generally include: • Analysis of overall quality of environmental assessment work and consistency with MCC environmental guidelines • Initial environmental examination based on MCC environmental guidelines • Integration of environmental and social assessment work, to include identification of alternatives, as appropriate, and/or impact mitigation measures, with economic, financial, institutional, social, and technical analyses of proposed activity • Analysis of scope of existing environmental and social assessment work • Assessment of need for further environmental work • Analysis of extent, appropriateness, technical feasibility, and cost of implementing alternatives, remediation and/or mitigation measures • Analysis of the extent, appropriateness, technical feasibility and cost of managing the environmental and social impacts of the project • Analysis of project implementing entity capabilities related to managing environmental and social impacts of the project • Analysis of consistency of country guidelines and project-relevant international conventions to which they are signatory and of consistency of country guidelines with MCC environmental guidelines • Analysis of extent and quality of public consultation in environmental and social assessment work • Analysis of overall quality, scope, extent, appropriateness, technical feasibility and cost of remediation and/or mitigation measures, capabilities of project implementing entities and extent and quality of public consultation related to social assessment, resettlement, and cultural property. Competency Area IV: Assessing project economics The contractor shall develop a financial and an economic assessment of the proposed project. MCC is concerned with the reasonableness of the underlying projects economics and the long-term sustainability. Financial and economic assessments that called for by MCC will generally include estimation (or validation) of the following: • Buildup of project costs and underlying assumptions • Quantification of benefits and calculation of economic rates of return • Calculation of financial rate of return • Sensitivity analysis on key variables and an assessment of risk and impacts • Analysis of recurrent costs, financial sustainability, tariffs, affordability, and other factors that determine project economics and sustainability • Identification of beneficiaries and link to poverty reduction and economic growth • Identification of appropriate performance and outcome indicators, baseline data, and targets Compentency Area V: Assessing Institutional and Regulatory Environment In order for infrastructure projects to be sustainable, it is necessary that a suitable institutional and regulatory framework is in place. The contractor shall conduct a technical review of institutional and regulatory framework related to potential projects from the perspective of the funding entity, i.e., MCC. This review will cover a variety of elements that will be further identified by the MCC but will generally include: • Institutional arrangements and organizational design • Regulatory framework • Market structure • Ownership structure (public/private) and potential changes to this structure • Tariff issues • Need for capacity building Competency Area VI: Monitoring projects during funding period Funds will be advanced to recipient countries during the Compact period based on satisfaction of conditions precedent and project progress. To that end, the contractor shall conduct periodic reviews to provide assurance that funding should be continued. Such reviews would address, among other things, commentary on the following: • Review of tender documents • Progress confirmation based on specifications, schedules and milestones • Review of project progress reports • Updated estimation of completion costs and timing • Analysis of causes of any overruns and delays and recommendations regarding corrective measures • Verification of completion and performance tests Competency Area VII: Evaluating projects and impacts Once projects have become operational, the contractor may be requested to conduct an in-country review of operations to provide assurance that the project is meeting expectations as regards performance standards and outputs. In addition, the contractor may be requested to review impacts of the project on the local economy and environment. 2.4 Deliverables Specific deliverables and deadlines will be defined for each task order. Deliverables could include briefings, interim and final reports, progress reports, and presentations. Consultants should be prepared to address and incorporate comments provided by MCC into final deliverables. 3 Selection Evaluation Factors and Subfactors The selection criteria are listed below in descending order of importance and described in more detail thereafter. 1. Professional qualifications necessary for satisfactory performance of required services; 2. Individual experience and technical competence for work required; 3. Experience in and knowledge of geographic areas and specific countries in which MCC operates; 4. Past performance on contracts with Government agencies international organizations, and private industry in terms of cost control, quality of work, timely delivery, and compliance with performance standards; 5. Capacity to accomplish the work in the required time; and, 6. Proposed management structure, including staffing and subcontractor plans, as necessary, sufficient to perform work required. 3.1 Professional Qualifications Responses should present firm-wide qualifications to conduct work of the type envisioned under this notice. Firms may subcontract and/or associate to enhance their qualifications. 3.2 Individual Experience and Technical Competence Responses should identify personnel who will be responsible for implementing and managing contract activities. Following are the anticipated essential duties for the key and critical personnel that would be required under issued task orders. Project Manager Engineer (discipline) Urban Planner Architect Geotechnical Specialist Environmental Scientist Environmental Specialist Social Impact Specialist Economist Financial Expert Cost Estimator Sector Institutional or Regulatory Specialist (sector) Legal Expert Research Assistant Responses should include information on professional qualifications and licenses necessary for satisfactory performance of required services under this IDIQ; specialized experience and technical competence in the type of work outlined in the SOW. 3.3 Knowledge of Location Responses should demonstrate particular emphasis on the use of personnel and subcontractors with expertise in country of performance under task order. 3.4 Past Performance Responses should provide information on their past performance, during the last five years, on contracts similar in nature to this task order, with USAID, other multilateral and bilateral agencies. The information should summarize clearly the nature of the assistance contracted, the types of tasks performed, and the results achieved through the contract including experience of local firms/institutions proposed to be associated. The responses shall provide a narrative of its experience in managing projects/ activities of a similar nature, especially in developing countries. 3.5 Time Responses should note capacity to accomplish the work within various time frames, citing previous contracting experiences, including in developing countries, among other appropriate evidence. 3.6 Management Structure Responding firms should describe how its staff in its home office and subcontractors will be organized to implement the scope of work and strategy, including roles and relationships between the project lead and home office staff, short-term advisors, and subcontractors. It should also describe proposed system for monitoring project activities and results and use of contract financial and human resources. 4. Submission Requirements Responses may be submitted by interested parties for work in all or some task areas listed above Competence Areas listed in the above Section 2.3 and may be submitted for work in all or some of the infrastructure sub-sectors noted above. Responses MUST clearly indicate area(s) and sector(s) of interest and will be evaluated accordingly. Responding firms may be invited to make oral presentations in support of their submission. MCC reserves the right to award without discussions; therefore firms are encouraged to submit their best terms with their initial response. Final selection of the most highly qualified firms and negotiation of contract rates will be done in accordance with FAR 36. Interested firms having the capabilities to perform this work must submit three (3) copies of SF 330, Parts I and II to the Point of Contact listed below no later than 4:00 p.m. EST, November 21, 2005. Submittals must include the following: 1. Description of similar assignments in the infrastructure sectors, experience in similar conditions. The evaluation will consider demonstration of appropriate skills, geographic diversity of experience, and other relevant information. 2. Demonstrated capacity to accomplish the work; prior performance on contracts in both the public and private sectors specific to each of the infrastructure sectors and task areas for which offeror is submitting for consideration. Each example should be no more than one page in length. Please provide a single reference for each example, complete with name, title and telephone number of said reference. 3. Key and critical personnel. Section 3.2 provides a listing of the anticipated key and critical personnel categories that may be required under a task order. Include in your response any additional personnel categories you would anticipate using to provide the services outlined herein and similar information. In this section of your response, also identify actual personnel who would mostly manage the relationship with MCC and the work hereunder. The evaluation will consider education, training, registration, overall and relevant experience, language capabilities. 4. Capacity to perform work of the required type in an average amount of $1,000,000 per year. The evaluation will consider the availability of an adequate number of personnel in key disciplines with the appropriate sector, skill set, and geographic experience. 5. Management structure. Offerors should describe home office, local office and subcontracting arrangements. It should also describe the proposed system for monitoring project activities and results and the use of contract financial and human resources. Point of Contact Millennium Challenge Corporation Procurement Attn: Paulette Roseboro Senior Contract Specialist 875 15th Street NW Washington, DC 20005 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-NOV-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-APR-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-06-RFP-0007/listing.html)
 
Place of Performance
Address: Domestic and International
 
Record
SN01036043-F 20060428/060426222838 (fbodaily.com)
 
Source
FedBizOpps 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.