Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

C -- Global Architect-Engineer Infrastructure Services

Notice Date
1/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW Room 7.10-006, Washington, DC, 20523, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
M-OAA-EGAT-PEP-07-274
 
Response Due
3/9/2007
 
Archive Date
4/30/2007
 
Description
Combined Synopsis-Solicitation Number: M-OAA-EGAT-PEP-07-274 Issuance Date: January 23, 2007 Closing Date: March 9, 2007 Closing Time: 2:00 pm (local time) Subject: Combined Synopsis-Solicitation Notice for Global Architect-Engineer Infrastructure Services Pursuant to the authority contained in the Foreign Assistance Act of 1961, the U.S. Agency for International Development (USAID), Bureau of Economic Growth Agriculture and Trade, Office of Infrastructure and Engineering (USAID/EGAT/I&E) invites submission from all eligible U.S. Professional Architect-Engineer (A&E) firms to provide engineering design and construction supervision services ranging from quick response and short and long-term services in the infrastructure areas of water resources, environmental/sanitary engineering, civil and industrial engineering, structural engineering, value engineering, industrial/chemical engineering, power and telecommunications to USAID/Washington and USAID Missions worldwide. USAID is seeking registered professional engineers and/or licensed A-E firms that are either individual firms, partnerships, corporations, associations, or other legal entities permitted by law to practice the professions of architecture or engineering. USAID encourages subcontracting opportunities with eligible U.S. or Non-U.S. organizations under Geographic Code 935 countries. The NAICS Code for this procurement is 541330 Engineering Services. The selection of the Architect-Engineer (A-E) firm(s) will be conducted in accordance with the Brooks Act as implemented by FAR Subpart 36.6. As defined in 40 U.S.C. 1102, Architectural and engineering services are: (1) Professional services of an architectural or engineering nature, as defined by State law, if applicable, that are required to be performed or approved by a person licensed, registered, or certified to provide those services; (2) Professional services of an architectural or engineering nature performed by contract that are associated with research, planning, development, design, construction, alteration, or repair of real property; and (3) Those other professional services of an architectural or engineering nature, or incidental services, that members of the architectural and engineering professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. TYPE OF CONTRACT/PERIOD OF PERFORMANCE/ESTIMATED COST: USAID intends to award a five-year multiple-award Indefinite Quantity Contract (IQC) with an aggregate ceiling price up to $500 million. The aggregate ceiling covers all contracts awarded under this solicitation. USAID anticipates awarding approximately three (3) IQC awards. The Contracting officer reserves the right to award more or fewer than three awards. The maximum aggregate dollar value of all task orders awarded to all contractors cannot exceed $500 million. The ceiling will not be subdivided amongst the contractors. Task orders issued under this IQC may be short, medium, or long-term in duration and may be issued by USAID/Washington and USAID/Missions worldwide. The task orders will be issued using a Fixed Daily Rate format. The IQC minimum guarantee per award will be $100,000. SELECTION PROCESS: USAID will evaluate all offerors based on the evaluation criteria as described below. Based on the evaluation rankings a list of at least 3 of the most highly qualified firms per FAR Subpart 36.602-(3)(c) will be established. These most highly qualify firms will be notified that they have been selected for discussions with the A-E evaluation board. The A-E firms who are selected to participate in the discussions will be given specific guidance and instructions at the appropriate time and will be given approximately 3 weeks to prepare their response regarding concepts relevant to the scope of work. Any information submitted and/or received during the discussion process may be used as justification for the final ranking of the firms recommended to the Selecting Official to make the final selection, in order of preference, to determine apparent successful offeror(s) prior to cost discussions. Final selection of the most highly qualified firms and negotiation of the A-E contract will be done in accordance with FAR 36.602-4 and 36-606. Pursuant to the negotiation process, USAID will issue cost related instructions pertaining to the cost submission to the short-listed firms and those firms will be given approximately three (3) weeks to provide a cost submission. After two (2) weeks from receipt of the initial cost submission, if USAID and the A-E firm(s) are not able to reach an agreement, USAID reserves the right to terminate cost negotiations and to begin negotiations with the next most highly rated A-E firm. Upon USAID and the selected A-E firms reaching an agreement, USAID will distribute a DRAFT contract for their review. EVALUATION CRITERIA OF ARCHITECT-ENGINEER FIRMS: A-E firms will be evaluated in accordance with the evaluation criteria listed below with their assigned relative weights as follows: (1) Professional qualifications necessary for satisfactory performance of required services; 25 points (2) Specialized experience and technical competence working in disaster/conflict type situation in the areas of water resources, environmental/sanitary engineering, civil and industrial engineering, structural engineering, value engineering, industrial/chemical engineering and power and telecommunications; 30 points (3) Capacity to accomplish the work in the required time; and 15 points (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 30 points In addition, a responsibility determination of the A-E Firm will be made under standards provided in FAR Subpart 9.1 (including financial capacity). TECHNICAL INSTRUCTIONS: 1. Professional Qualifications: The offeror must have, either in-house or through consultants the following disciplines that are licensed, registered or certified where applicable. The professional qualification evaluation will consider education, registration, overall and relevant experience in the type work required and longevity with the firm. The offerors must provide resumes (Section E of the SF330) for these disciplines including consultants. For this section, the resumes must be no more than one page per discipline, for a maximum of 34 pages. These positions must have a minimum requirement of a Bachelor of Science degree, a minimum of five (5) years relevant experience in the proposed discipline, and the applicable licensing requirements. 2. Specialized Experience and Technical Competence: Demonstrate recent (within the past 5 years) and relevant experience: 1) working in disaster/conflict type situations; 2) working extensively overseas; 3) with water resources; 4) with environmental/sanitary engineering; 5) with civil and industrial engineering; 6) with power and telecommunications; and 7) with value engineering. Provide a draft Design Quality Control (DQC) Plan to include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced (management approach, team organization, quality control procedures, design-to-cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects). Offerors response to this criterion must be provided in the SF330, Section H. The page limit for this criterion is limited to 15 pages. 3. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $500,000 to $1 million individual projects simultaneously or one singe design for a project with construction costs in excess of $20 million. The Offeror must include a narrative and actual examples to demonstrate how the Offeror was able to handle the capacity of work as described in the previous sentence. The examples must include the following information: contract number, contract value, amount obligated, brief description of work, period of performance, cognizant technical officers name, contracting officers name, and mission/bureau/organization. The page limit for this criterion is limited to 2 pages including the narrative and examples. Offerors response to this criterion must be provided on the SF330, Section H. 4. Past Performance: Past performance with respect to cost control (including both control of design costs, and success in designing within the projects programmed funding), quality of work and compliance with performance schedules. The evaluation will be based on documentation included in SF330, Section F - Part I Example Projects Which Best Illustrate Proposed Team?s Qualifications for this Contract. Offerors must provide a maximum of ten (10) examples. These examples shall be related to the following areas: water resources, environmental/sanitary engineering, civil and industrial engineering, structural engineering, value engineering, industrial/chemical engineering, power and telecommunications. The Agency reserves the right to conduct reference checks using the information provided in Section F or based on other information obtained by the evaluation board. This section is limited to a maximum of 10 pages. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one original and five (5) hardcopies of the technical proposal to Monique Bryant, Contracts Specialist at U.S. Agency for International Development, Office of Acquisition and Assistance, 1300 Pennsylvania Avenue, NW, RRB, Rm. 7.10-025, M/OAA-EGAT, Washington, DC 20523-7100; or by Courier Service/Hand Delivery to U.S. Agency for International Development, 1300 Pennsylvania Avenue, N.W. Ronald Reagan Building, 14th Side Entrance (Visitors Desk), Washington, D.C. 20523-7100. If submitting by courier/hand delivery, please come to the 14th Street Entrance - Visitors Desk. The offerors are required to call Ms. Monique Bryant at (202) 712-1055 using the visitors phone. The security guards/Visitors Desk will not accept proposals. Ms. Bryant will be available the morning of the closing date from 11:00 a.m. to 2:00 p.m. to accept hand-delivered or courier packages. The SF330 version (6/2004) must be used, and may be obtained from the Government Printing Office or from the following website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do? Include DUNS number in SF330 Part I, Section B, Block #5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the internet at http://www.dnb.com/us/. If the firm is located outside of the United States, the local Dun and Bradstreet office should be contacted. Offerors must submit the original package for timeliness to the government installation by the close date and time specified on the cover page of this document. Fax submissions from Offerors will not be accepted. Offerors shall submit the technical proposal written in English using Font: Times New Roman, Font Style: Regular and Size: 12 on standard 8 1/2 inch x 11 inch paper (210 mm by 297mm paper), single-spaced, 10 characters per inch with each page numbered consecutively, and no less than 1 inch margins on all sides. Prospective Offerors may submit questions in response to this Combined Synopsis/Solicitation in writing no later than February 7, 2007 by 4:00 p.m. (local time). Questions must be sent to Monique Bryant/Contracts Specialist via e-mail at mbryant@usaid.gov. SUBJECT line must read: Questions for Architect-Engineer Infrastructure Global IQC. USAID encourages the participation to the maximum extent possible of small business concerns, small disadvantaged business concerns, and women-owned business concerns in this activity as prime contractors or subcontractors in accordance with FAR Part 19. In this respect, it is anticipated that the prime contractor will make every reasonable effort to identify and make maximum practicable use of such concerns. The subcontracting plan is not required with this submittal. A minimum of 15% of the total planned subcontracting dollars shall be placed with small business concerns. This includes small disadvantaged business, women-owned small businesses (WOSB); hub-zone small businesses (HUB-SB); veteran-owned small businesses (VOSB); and service disabled veteran-owned small businesses (SDV). In accordance with FAR 36.209, no contract for any follow-on construction work shall be awarded to the firm that designs the project or its subsidiaries or affiliates. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR website at http://www/ccr.gov/. Issuance of this solicitation notice does not constitute an award commitment on behalf 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. This program is authorized in accordance with the Foreign Assistance Act of 1961, as amended. Any resulting award from combined synopsis/solicitation will be administered in accordance with applicable FAR and AIDAR provisions and clauses.
 
Place of Performance
Address: U.S. Agency for International Development, 1300 Pennsylvania Avenue, NW, Office of Acquisition and Assistance, 1300 Pennsylvania Avenue, NW, M/OAA/EGAT, RRB, 7.10-025, Washington, Dc 20523,
Zip Code: 20523-7100
Country: UNITED STATES
 
Record
SN01217054-W 20070125/070123220037 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.