Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
MODIFICATION

C -- Global Architect-Engineer Infrastructure Services

Notice Date
2/15/2007
 
Notice Type
Modification
 
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
3/15/2007
 
Archive Date
3/30/2007
 
Point of Contact
Monique Bryant, Contracts Negotiator, Phone 202-712-1055, Fax 202-216-3132, - Joseph Schmidt, Contracting Officer, Phone 202-712-0619, Fax 202-216-3132,
 
E-Mail Address
mbryant@usaid.gov, jschmidt@usaid.gov
 
Description
Continuation from Part I: 28. Question: For ease of reading, may charts, maps, etc. be included on 11 x 17 paper? Response: Yes, charts and maps may be included on 11 x 17 paper. However, the paper must be neatly folded to 8 1/2 inches x 11 inches and bound in the SF330. The font size or charts and graphs may be 9 font or higher. 29. Question: Are charts, maps, etc. included in the page count limitations? Response: No, charts and maps are not included in the page count limitation. 30. Question: Is the page limit for section H a total of 17 pages and is the content limited to Specialized Experience and Technical Competence, and Capacity to Accomplish the Work, or is the total page limit higher and can summaries of how the 34 in section E combine to meet the specified professional qualifications criteria and the 10 projects in section F combine to meet the specified performance criteria? Response: Section H is limited to the two criterions for a total number of 17 pages. 31. Question: The 34 specified disciplines do not include program management and logistical support. Since these are critical functions, especially in first responder tasks, where within the SF330 are these professional qualifications to be detailed? Response: The program manager discipline has been added to the listing. The program manager will be responsible for the overall guidance of the contract. 32. Question: Are charts and graphs included in the page count? Response: Please see response to question number: 29. 33. Question: Under the section regarding Capacity to Perform Work, whereby we are requested to submit narratives of least three (3) $500,000 to $1 million individual projects simultaneously or one single design for a project with construction costs in excess of $20 million, is that instruction solely directed at the Prime firm's capacity to perform the work or should the capacity of subcontractors be included as well? Response: The narratives can be prime and subcontractors. 34. Question: In Specialized Experience and Technical Competence, it states that a draft Design Quality Control (DQC) Plan be provided in Section H. DQC Plans usually exceed 15 pages. Is it acceptable to present a brief summary of our DQC in lieu of the entire Design Quality Control Plan? Response: The offeror must provide their best response within the number of pages provided in the combined synopsis/solicitation. 35. Question: No resume is required for a Program Manager and the page limit does not allow the inclusion of such. Will you amend the solicitation Section E page limit to add additional staffing such as Program Manager? Response: Yes, USAID has added the Program Manager discipline. Please see USAID?s response to number 31. 36. Question: Certain portions of Section H such as Specialized Experience and Capacity to accomplish the work have page limits. Is there a total page limit for Section H.? Response: Yes, Section H is limited to 17 pages. 37. Question: In the Submission Requirements, it states a requirement of "10 characters per inch" as well as a 12 point Times New Roman font size. Times New Roman, font size 12 actually measures at 14 characters per inch. Can the requirement of 10 characters per inch be deleted from the solicitation? Response: Please see response to question number 5. 38. Question: Can we use a smaller font size for tables and graphics (10 point font)? Response: Please see the response for question number 01. 39. Question: Is Section F limited to 10 pages or is the Past Performance Section of Section H limited to 10 pages? Response: The Past Performance Section of Section F is limited to 10 pages. 40. Question: When does USAID anticipate completing the shortlist? Response: A date has not been established at this time. 41. Question: What is the expected date for award of the contract(s) to the selected firm(s) Response: A date has not been established at this time. 42. Question: Page 1 of the solicitation indicates that "USAID encourages subcontracting opportunities with eligible US or Non-US organizations under Geographic Code 935 countries". We currently have strategic alliances with organizations in a few of these countries. Should we include information on these firms in our response to this solicitation? Response: Yes, if your organization is considering these organizations to be included as a part of your team. 43. Question: In the Selection Process section, the solicitation states that at least 3 of the most qualified firms will be given 3 weeks to respond "regarding concepts relevant to scope of work." Is this for the Global IQC selection? Or is this for a specific project once the firm has been selected to be on the Global IQC? Response: Yes, it?s a part of the evaluation process for the Global IQC. 44. Question: In the same Selection Process section, the solicitation states that 3 weeks will be given to provide a cost submission. Is this at the same time as the aforementioned response to the scope of work? Or after the scope of work response has been reviewed? Response: After the scope of work response has been reviewed (after the SF330 submittal). 45. Question: "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." In terms of the general sequence/timing of the evaluation of costs submissions, shouldn?t USAID provide the selected, short-listed A-E firms with a DRAFT contract for review as a part of USAID's request for cost submissions, rather than after reaching an agreement with the firm(s)? Please clarify USAID's thinking in this area. Response: As stated in the combined synopsis/solicitation USAID will reach an agreement with the firms on the cost proposal prior to distributing the contracts for the firm?s review. 46. Question: Are letters of association permitted/required? Response: Yes, letters of commitment are required for subcontractors on your team. 47. Question: Are we allowed to include appendices for supplemental information? Response: Supplemental information can consist of letters of commitment, graphs, charts, and tables. 48. Question: Assuming that USAID awards multiple contracts under this solicitation, please explain how individual task orders will be assigned. Will each task order be subject to competition based on cost or technical capability? Or will USAID use some other process for awarding task orders? Response: See the response to question number 3. 49. Question: Can USAID provide any more specific position requirements for key personnel under this contract? In particular, one of the 34 disciplines listed in Amendment number2 is ?project manager.? Is this intended to be our contract manager key person, and if so, what specific requirements must that manager have, besides the minimum requirements listed in the original solicitation notice, if any? Response: No, the project manager is not the contract manager. The project manager is considered the task order manager and their requirements would vary with the assignment and nature of the task order. The program manager (discipline number 35) is considered the contract manger. 50. Question: In the Amendment to Combined Synopsis/Solicitation 01 ? Posted on January 24, 2007, under the section entitled ?Type of Contract/Period of Performance/Estimated Cost:?; the award of 3 IQC contracts is anticipated with a 5 year ceiling of $500 million, and the ceiling will not be divided amongst the contract holders. How will the selection process work for award of a single task order under the contract? Will each task order or assignment be competed for between the three firms based on fixed daily rates, or some other criteria? Response: See the response to question number 3. 51. Question: Will all Rate Schedules quoted for the work be based on $US dollars and daily rates for each individual category of engineer, architect, and support staff? Response: Yes. There will be a fixed daily rate schedule in the contract that will be in US dollars for each of the 35 disciplines. 52. Question: Where can we see a copy of the USAID Contract Document, terms and conditions related to Indemnification language and the Limitation of Liabilities associated with Architect-Engineer professional services work? Response: FAR Subpart 36.6 provides information regarding contractor liability/responsibility for design errors or deficiencies. No limitation of liability clauses are envisioned for this contract. In accordance with FAR Subpart 50.403, the USG provides indemnification to contractors only in situations where ?unusually hazardous or nuclear risks? are present. USAID does not intend to provide indemnification to contractors under this contract. 53. Question: The contract mentions that the contractor may be required to perform work may in disaster/conflict areas. Question: Putting disaster areas aside for the moment, does a conflict area include hostile and war-torn areas where the personal safety of our employees is an issue? Question: And if so, would the contractor have the option to turn down an assignment where the company feared for the safety of employees in that kind of situation. Response: The offerors should recognize that working in conflict/disaster prone areas is a major part of this statement of work. 54. Question: To receive credit for the 15% small and disadvantaged business concerns that perform work under the team, would that only apply to those who meet that criteria in the US, or could a company in a foreign country who was a team member count if they met the equivalent criteria in their country (thinking of South Africa or similar governments)? 55. Response: No. Non-U.S. team members can not count equivalent criteria in a foreign country. Foreign countries are not qualified as small businesses as defined by the Small Business Administration.
 
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
SN01232564-W 20070217/070215220102 (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.