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
MODIFICATION

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

Notice Date
11/10/2005
 
Notice Type
Modification
 
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
12/7/2005
 
Point of Contact
Sinnammal Souppaya, Contracting Officer, Phone 202.521.3876, Fax 202.521.3702, - Paulette Roseboro, Contract Specialist, Phone 202.521.3676, Fax 202.521.3702,
 
E-Mail Address
souppayas@mcc.gov, roseborop@mcc.gov
 
Description
Modification 3 to Pre-solicitation Notice MCC-06-RFP-0007 The Pre-solicitation Notice (Revision 2) published 11-18-2005 has the following changes. The response deadline is unchanged and remains 12-7-2005 for Track 1 responses and for Track 2 the deadline remains 12-14-2005. The time for receipt of questions has expired. In preparing responses, attention is also directed to Responses to Questions Received through 11-20-2005 and Response #2 to Questions Received through 11-25-2005 (Part 1) posted to this notice. Please note that Responses to Questions Received through 11-25-2005 (Part 2) will be posted on/about 12-1-2005. The following changes are made to the Pre-solicitation Notice. (For ease of reading, the Pre-solicitation Notice Revision of 11-18-05 has been updated and entitled “Pre-solicitation Notice (Revision 3)” and reprinted in entirety under upload Revision 3.) A. Page 1, Description, delete the two paragraphs in their entirety and replace with the following: The MCC requires professional technical services to provide assessments and evaluations of infrastructure projects which are candidates for funding by MCC. Included in these services may be 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 evaluated and funded by the Millennium Challenge Corporation (MCC). B. Section 1, “Contract Information”, delete the first paragraph and replace with the following: Multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract awards are anticipated under three (3) focuses (1) infrastructure sub-sector(s), (2) geographic region(s), and (3) competency areas(s) (see Project Information below), each with a base year and four one-year options. However, MCC reserves the right to make awards based on infrastructure “sub” sub-sectors and/or competency areas(s). There may be some IDIQ awards for a wide range of coverage and others which provide a narrower but specialized combination of services. The government may exercise option periods unilaterally. Firms will be selected based on demonstrated competence and qualifications for the required work. Performance will be authorized through the competitive award of individual task orders each of which will have a specific scope and period of performance. Professional Technical Services EXCLUDING architect-engineering services will be procured in accordance with FAR Part 15. Professional Technical Services INCLUDING architect-engineering services will be procured in accordance with Brooks Act as implemented in FAR Subpart 36.6. Firms may receive IDIQ contract awards for both professional technical services including and excluding A-E services. Task Orders (TOs), as issued, may or may not include architect-engineering (A-E) services. When issued, TOs will clearly state whether A-E services are included in the Statement of Work. Competition under TOs containing A-E services will be restricted to those IDIQ contractors whose contracts are awarded in accordance with FAR Subpart 36.6. C. Section 1, “Contract Information”, delete the sixth paragraph and replace with the following: This announcement is open to ALL qualified firms; the IDIQ award is NOT a small business set-aside. Considering this acquisition is being conducted for future, unspecified services which will result from current and future MCC candidate infrastructure projects, professional technical services actually purchased may fall in any number or combination of North American Industrial Classification System (NAICS) code(s) under Category 54-Professional, Scientific, and Technical Services. However, it is anticipated that the preponderance of task order services will include engineering services classified under NAICS code 541330. For business size classification only, under the IDIQ award, business size wion Requirements” insert the following at the end of the segment: RESPONSES MUST BE IN WRITING WITH A CD COPY. Electronic copies may be submitted only in lieu of the CD. Responses should be labeled with the solicitation number; date and time specified in the notice for receipt of response; and name, address, and telephone number of the firm. Include in the response, preferably the cover letter, the name and title of the person authorized to conduct discussions with MCC on behalf of the firm and an alternate; and, if different, name of person authorized to commit the company. For each individual include their DIRECT mailing addresses, voice/fax numbers, AND email addresses. During evaluations the primary initial method of communications will be through email. Please also include the firm’s business size/socio-economic status and acknowledgment of the pre-solicitation modifications; notices; and responses to questions. The firms agree to hold the technical and price sections of response firm for a minimum of 60 calendar days from the date specified for receipt of responses. H. Section 3, “Selection Evaluation Factors and Sub-factors”, Track 2 the following italicized word changes are made: Track 2 evaluations will be conducted separately from Track 1 evaluations. Award of the multiple IDIQ contracts under Track 2 will be made upon conclusion of evaluations and rate negotiations. …… Note: Upon conclusion of IDIQ awards under Track 2, firms receiving awards under both or either Track 1 and Track 2 will equally participate in competitive task order award activities within their respective award focus. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-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
SN01036069-F 20060428/060426223042 (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.