Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

C -- Pre-qualification of U.S. consulting firms to provide Engineering Services for the construction management of infrastructure improvements in Egypt

Notice Date
12/6/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Agency for International Development, Overseas Missions, Egypt USAID-Cairo, Department of State Unit #64902, APO, AE, 09839
 
ZIP Code
09839
 
Solicitation Number
263-06-006
 
Response Due
1/17/2006
 
Point of Contact
Amani Said, Senior Acquisition Specialist, Phone 011-202-522-6906, Fax 011-202-516-4739, - John May, Office of Procurement Director, Phone 011-202-522-6901, Fax 011-202-516-4739,
 
E-Mail Address
asaid@usaid.gov, jmay@usaid.gov
 
Description
The U.S. Agency for International Development (USAID) Mission to Egypt invites expressions of interest and submission of pre-qualification information, for the purpose of short-listing U.S. (only) consulting engineering firms to provide engineering services. Services are required for providing various small-scale infrastructure construction activities in several Egyptian Governorates. These small-scale construction activities were mostly identified under the Master Plans of two existing projects and are located in several Egyptian Governorates including: Fayoum, Beni Suef, Minia, Luxor, Daqahliya, and the New Valley. The construction includes activities such as wastewater collection, treatment, and reuse systems; water treatment, transmission and distribution systems; and environmental assessments and other related work, including Lake Qarun clean up and reuse of ground water and wastewater. The consultant shall undertake any necessary studies, data collection and analyses, environmental studies, and required engineering services, preparation of bid documents, selection of construction contractors, and providing construction management services for activities that will be funded by USAID under Fixed Amount Reimbursement Agreements or Host Country construction contracts. These construction activities were identified in Master Plan (MP) studies or Basis of Design Reports developed by CDM International Inc. and Montgomery Watson Harza (MWH) under earlier or current USAID-funded contracts. Engineering designs for construction of some proposed activities are currently being developed by the same firms. BOTH CDM AND MWH WILL BE ALLOWED TO COMPETE FOR, AND SUBMIT PRE-QUALIFICATION INFORMATION FOR THIS CMC CONTRACT. Master Plan (MP) studies or Basis of Design Reports as well as other engineering designs will be made available to pre-qualified offerors . The CMC's responsibilities shall include, but shall not be limited to, the following major items: developing prequalification criteria, bid documents, and evaluation criteria or validate the same if earlier developed under other USAID funded efforts or the GOE and their counterparts; Perform feasibility studies of the small-scale construction activities described above and submit small-scale activities deemed feasible to USAID for approval of construction; Provide Final Designs, as needed, for construction activities which have been approved by USAID; Provide related complementary and supplementary support needed by the GOE Counterparts in the implementation of construction of approved small-scale activities including but not limited to the development of bid documents; Administer, inspect, and monitor all construction activities; Determine the capability and acceptability of subcontractors that may be proposed by the construction contractors; Ensure the development and implementation of a Facility Start-up Program; Process variation (change) orders; Oversight, on behalf of the employer, of the construction contractors to ensure progress of work in accordance with the terms of the construction contracts; Provide all construction management services relevant to completion of approved projects; Act as Employer’s "Engineer" in the administration of construction; Perform all CQC tasks to ensure all construction meets contract specifications; Monitor overall program budget and contract costs; Review and certify payment requests for interim and final payment submitted by the construction contractors; and Provide inspection services during the Defects Liability Period to verify acceptable completion of all work per contract specifications for proposed construction activities. The CMC's responsibilities shall include reviewing, updating, and validating existing contracts, reports, analysis and other documentation such as environmental reviews or assessments, master plans, feasibility studies, and engineering designs. NOTE: Relevant documentation that will impact the work for which services are herein described will be provided to all pre-qualified firms that participate in this procurement. N.B. The CMC's responsibilities shall also include work to close out the ongoing USAID-funded Water Improvement Project in Alexandria, and possibly, some minor work on other ongoing construction activities. In particular, CMC’s responsibilities will include the provision of inspection services during the Defects Liability Period of the Alexandria Water Improvement construction contract, to verify acceptable completion of all work per contract specifications for proposed construction activities, and subsequently, assistance with close-out of the contract. Minor assistance on other contracts, such as supervision of final testing, certification and contract close-out, may be required, as directed by USAID. A cost plus fixed fee, type contract is contemplated to be awarded. The expected duration of the contract is three years with the possibility of granting contract extension(s) believed necessary for completion and closing out of all activities or undertaking additional activities required to successfully achieve the objective and results of the construction program. Issuance of this request does not constitute an award commitment on the part of the Government nor does it commit the Government to pay for costs incurred in the preparation or submission of any information. It is a requirement that the firms must comply with USAID geographic code 000 (USA) for nationality and source regulations. Consulting engineering firms are expected to demonstrate the following, which will be used for evaluating firm qualifications: (A) Applicable international experience and capability to provide the required experienced personnel to implement the work, (B) Organizational capacity and financial resources, (C) Similar services and work experience. Experience in the Middle East and/or Egypt and/or similar developing country environment is desirable. USAID requests that interested consulting engineering firms submit six copies of completed US Government Standard Form SF 330 Architect-engineer Qualifications, Part II (general Qualifications) and SF330 Part I (contract specific qualifications). Those forms can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF . It is anticipated that the selected consultant will sign a direct contract with USAID to provide services subject to the availability of funds. The firm's current financial statement and an affirmative statement that the firm can meet USAID nationality and source regulations must be submitted. Copies of interested firm's brochures and annual report may also be of value in presenting the firm’s qualification. The completed pre-qualification information and related statements must be received no later than January 17, 2006, 3:30 PM Cairo time, at the following address. Additional information submitted after that date may be rejected by USAID. Submit pre-qualification forms to the following address: Mr. John May, Contracting Officer, Office of Procurement, United States Agency for International Development, USAID/Egypt, 1 Ahmed Kamel Street, New Maadi 11435, Cairo Egypt. If sent by U.S. mail: Mr. John May, Contracting Officer, Office of Procurement, USAID Unit 64902, APO AE 09839-4902. No RFP will be issued. Consulting engineering firms will be evaluated in accordance with the evaluation criteria found in the AID Acquisition Regulations, Part 736.602-3 (B) and their assigned relative weights as follows: ((1) Specialized experience of the firm with the type of service required (15%), (2) Capacity of the firm to perform the work within the time limitations (10%), (3) Past record of performance on contracts with USAID or other Government agencies and private industry with respect to such factors as control of costs, quality of work, and ability to meet schedules (20%), (4) Ability to assign an adequate number of qualified key personnel from the organization, including a competent supervising representative having considerable experience in responsible positions on work of a similar nature (15%), (5) The portions of the work the architect-engineer is able to perform with its own forces when required (5%), (6) Ability of the architect-engineer to furnish or to obtain required materials and equipment (5%), (7) Familiarity with the localities where the projects are situated (15%), (8) Financial capacity (10%), (9) Responsibility of the architect-engineer under standards provided in FAR subpart 9.1. (Pass/Fail), (10) Volume of work previously awarded to the firm by the USAID, with the object of effecting an equitable distribution of architect-engineer contracts among qualified firms (5%). USAID will establish a short list of at least three qualified firms as per FAR part 36.602-3(C). USAID will provide the draft statement of work, a list of questions to be addressed and evaluation criteria to the short listed firms for purposes of holding discussions and/or presentations. After the final selection of the most qualified firm to perform the work, USAID will request a cost proposal from, and will negotiate with, this top ranked firm. If a satisfactory contract cannot be concluded, USAID may negotiate with the next ranked firm." The U.S. Agency for International Development (USAID) encourages the participation to the maximum extent possible of local Engineering Firms and local talents, small business concerns, small disadvantaged business concerns, and women -owned business concerns in this activity as prime contractors or subcontractors in accordance with Part 19 of the Federal Acquisition Regulation. 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. All other selection evaluation criteria being found equal, the participation of such concerns may become a determining factor for selection. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-JAN-2007, 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/AID/OM/EGY/263-06-006/listing.html)
 
Place of Performance
Address: Cairo, Egypt
Zip Code: 11435
Country: Egypt
 
Record
SN01221651-F 20070131/070129222520 (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.