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
11/18/2005
 
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
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). THE PRE-SOLICITATION NOTICE AND STATEMENT OF WORK (SOW) HAVE BEEN REVISED AND UPLOADED TO THIS NOTICE. THE RESPONSE DEADLINE HAS BEEN EXTENDED TO DECEMBER 7, 2005 4:00 PM EST. QUESTION MUST BE ADDRESSED TO INFRASTRUCTURE@MCC.GOV AND BE RECEIVED NO LATER THAN NOVEMBER 21, 2005 4:00 PM. NO QUESTIONS WILL BE ANSWERED BY TELEPHONE--PLEASE DO NOT CALL.ies immediately upon conclusion of IDIQ contract awards. Firms having successfully received MCC contract awards for similar services and wish to be included in the Track 1 evaluation MUST complete and include, in addition to other submissions, the attached Listing of MCC Contracts Received and/or Past Performance. Evaluation of responses under Track 1 will take into consideration the firm’s success in receiving MCC contract awards. The selection criteria (Track 1) are listed below in descending order of importance and described in more detail thereafter. 1. Success in obtaining previous MCC contract awards for similar services and past performance on contracts with MCC and other Government agencies, international organizations, and private industry in terms of cost control, quality of work, timely delivery, and compliance with performance standards. Success in receiving previous MCC contracts and/or past performance under MCC contracts will be of highest important over past performance with other government agencies, international organizations, and private industry; 2. Experience in and knowledge of geographic regions and specific countries in which MCC operates; 3. Individual experience and technical competence for work required 4. Proposed management structure, including staffing and subcontractor plans, as necessary, sufficient to perform work required. 5. Professional qualifications necessary for satisfactory performance of required services; 6. Capacity to accomplish the work in the required time; 3.1 MCC Awards and Past Performance Responses MUST include, in addition to other submissions, a completed copy of the Listing of MCC Contracts Received and/or Past Performance. In addition, 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. Experience with donor-funded and IFI-funded projects of a similar nature is valued. Experience working in developing countries, especially in MCC eligible countries, is valued. Extensive experience acting as an independent engineer for one or more major lending institutions is particularly relevant. The information for past performance 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. Considering the three (3) focuses awards under which awards will be made, please submit no more than a total of 25 references. 3.2 Knowledge of Location Responses should demonstrate experience working in developing countries, especially those low income and low middle income countries eligible to receive assistance from MCC. Particular emphasis should be given to the extent of geographic coverage offered by responding firms and arrangements to be put into place for use of personnel and subcontractors with expertise in countries of performance in the geographic regions. 3.3 Individual Experience and Technical Competence Responses should identify personnel who will be responsible for implementing and managing contract activities. Following are the anticipated essential positions anticipated to be required under issued task orders. Project Manager Program Manager Principal in Charge Engineer (multiple disciplines, especially civil engineering) Engineering Analyst Urban Planner Planner Scheduler Architect Consultant Risk Analyst Geologist Geotechnical Specialist GIS Specialist Hydrologist Environmental Scientist Environmental Specialist Social Impact Specialist Technician Economist (including sub-sector economists) Financial Analyst Cost Estimator Contracts Manager Construction Supervisor Sector Institutional or Regulatory Specialist (by sub-sector) Attorney Legal Expert Research Assistant Admin./Project Support Staff For each position proposed, responses should include a description of the professional and technical 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. 3.4 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. Responding firms should also describe proposed system for monitoring project activities and results and use of contract financial and human resources. Responses should include a description of 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. 3.5 Professional Qualifications Responses should present firm-wide qualifications to conduct work of the type envisioned under this notice, by sub-sector and by competency area. Firms may subcontract and/or associate to enhance their qualifications. 3.5 Capacity to Accomplish Work in the Required Time Responses should note capacity to mobilize quickly and to accomplish the work within various time frames, citing previous contracting experiences, including in developing countries, among other appropriate evidence. Track 2 Evaluations Track 2 evaluations will be conducted after conclusion of Track 1 evaluations. Award of the multiple IDIQ contracts under Track 2 will be made upon conclusion of evaluations and rate negotiations. It is anticipated that award of IDIQ contracts under Track 2 will be completed on/about 2-18-2006. To meet this award schedule, firms selected as highest qualified firms will have two (2) business days from date of request to submit rate proposals. MCC anticipates commencing competitive task order award activities immediately upon conclusion of IDIQ contract awards. Note: Upon conclusion of IDIQ awards under Track 2, firms receiving awards under both Track 1 and Track 2 will equally participate in competitive task order award activities within their respective award focus. The selection criteria (Track 2) 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 regions 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. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-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
SN01036071-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.