Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOLICITATION NOTICE

R -- RFP Growth with Equity in Mindanao-3

Notice Date
3/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Agency for International Development, Overseas Missions, Philippines USAID-Manila, Amer Emb/Manila USAID #8115, APO, AP, 96440, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
492-07-002
 
Response Due
4/27/2007
 
Archive Date
5/30/2007
 
Description
Issuance Date: March 7, 2007 Closing Date: April 27, 2007 Closing Time: 3:00 PM, Manila Time To : Potential Offerors Subject : Request for Proposal (RFP) No. 492-07-002 Growth with Equity in Mindanao 3 Project (GEM 3) The United States Government, represented by the U.S. Agency for International Development (USAID) Mission in the Philippines requests proposals from organizations qualified to provide/perform engineering, construction management, administrative, and professional services as necessary to accomplish the work described in Section C. of this solicitation. In general the, the Prime Contractor will be responsible for the construction in Mindanao of Barangay (village-level) Infrastructure Projects (BIPS) with construction costs between $5,000 and $50,000 and Regional Impact Projects (RIPS) with construction costs exceeding $50,000 up to $4,000,000. Local sources that are physically located in the Philippines and authorized (i.e. registered and licensed) to do construction work in the Philippines will be contracted by the prime contractor to perform the construction work specified in this solicitation. Project design work for BIPS is expected to be carried out internally by the Prime?s staff. Except in rate circumstances, project design work for RIPS is expected to be subcontracted to local architect-engineering (A&E) firms. The prime contractor will assure the design and construction of the infrastructure projects. To successfully carry out the requirements of the Scope of Work besides construction management services, the Prime Contractor shall be responsible for business development, workforce preparation, governance and support activities. It is anticipated a five-year, Cost-Plus-Fixed Fee (CPFF) completion-type prime contract will be awarded as a result of this solicitation. The magnitude of the basic contract is between $125,000,000 and $145,000,000 and between $12,000,000 and $16,000,000 for the optional component. Revealing the budgetary magnitudes for the contract and option does not mean that offerors should necessarily strive to meet the maximum amounts. The most cost effective approach for achieving the results is encouraged and award will be made to the offeror whose proposal offers the best value to the Government considering technical and cost factors (see Section M of this solicitation). This Solicitation is being issued for full and open competition, under which any type organization, large or small commercial (for profit) firms, educational institutions, non-profit organizations, are eligible to compete. All participating organizations involved in providing/performing the required services as a prime contractor, must be of USAID Geographic Code 000 (United States) nationality. For subcontractors, the authorized geographic code is the Host Country and Geographic Code 000 pursuant to the requirements of 22 CFR 228. USAID encourages participation to the maximum extent possible of small business concerns, including small disadvantaged and women-owned concerns in this project as the prime contractor or in the role of a subcontractor in accordance with FAR Part 19. Also if the offeror (Prime Contractor) is not a small business, small disadvantaged or women-owned small business, a subcontracting plan must be submitted as part of the offeror?s cost proposal. The competitive proposal method of solicitation, as set forth in FAR Part 15 will be used for this procurement. The RFP contains clauses incorporated by reference. The full text of the FAR clauses is available on the internet at http://www.arnet.gov/far/. The full text of the Agency for International Development Regulation (AIDAR) clauses is available at http://www.usaid.gov. Pursuant to Federal Acquisition Regulation (FAR) 15.204-1), Uniform Contract Format, Sections B through J of the attached RFP represent the draft contract and will be the basis for the contractual relationship between USAID and the selected Prime Contractor. A pre-proposal conference will be held on March 23, 2007 at 10:00 AM to 12:00 Noon in the Main Conference Room, USAID/Philippines, 8th Flr., PNB Financial Center, Pres. Diosdado Macapagal Boulevard, Pasay City, Manila, Philippines. You must have picture ID to enter the building. The purpose of the conference is to offer potential offerors an opportunity to ask questions and to request clarifications relating to the RFP. Each organization that plans to attend is requested to limit participation to two representatives and is requested to submit the names and titles of representatives who plan to attend by 3:00 PM Manila Time March 21, 2007 via e-mail to 492_RFP_GEM-3@usaid.gov. If you decide to submit a proposal, it must be submitted in accordance with FAR 52.215-1 and this RFP and received no later than the date and time indicated above and in Block 9 of the cover page (Standard Form 33) of the solicitation to the following address: If hand delivered: USAID/Philippines Office of Regional Procurement 8/F PNB Financial Center Pres. Diosdado Macapagal Blvd. Pasay City 1308 Philippines Tel. Nos. (632) 552-9923 or (632) 552-9924 By U.S. Mail Office of Regional Procurement USAID/Manila PSC 502, Box 1 FPO AP 96515-1200 Internet via e-mail for electronic submission: 492_RFP_GEM-3@usaid.gov. ATTN: Ma.Belinda De la Torre, Acquisition Specialist Offerors should take into account the expected delivery time required by the proposal transmission method they choose and are responsible for ensuring that proposals are received at the designated place and time, subject to the Late Proposal clause of this solicitation. The primary point of contract for this RFP is Acquisition Specialist, Ma. Belinda De la Torre. Any Questions related to this solicitation must be submitted electronically by close-of-business (4:30 PM, Manila Time) on March 30, 2007, in order to provide for a timely response to such questions prior to the closing date. Any information given to a prospective offeror concerning this solicitation will be furnished to all such offerors as an amendment of the solicitation, if such information is necessary to an offeror in submitting proposals or if the lack of such information would be prejudicial to an uninformed offeror. Since the RFP will be posted at FedBizOpps, there will be no printed copies of the solicitation prepared or available for distribution by USAID. Because this Office does not automatically maintain a listing of parties who download documents from FedBizOpps, organizations interested in this solicitation are encouraged to provide their names and points of contract no later than March 15, 2007 via e-mail to 492_RFP_GEM-3@usaid.gov. This information will be posted on FedBizOpps. Offerors are advised to periodically check FedBizOpps at http://www.fedbizopps.gov for all amendments to this RFP. The Government reserves the right to award a contract without discussions or the submittal of final proposed revisions, based upon evaluation of the offeror?s submitted technical and cost information. Accordingly the offeror?s initial offer should contain its best terms from both a cost/price and technical standpoint. Offerors are advised that funds are not yet available for a contract award and final approval of the Mission?s Operational Plan by the Head of the Agency is required prior to an obligation of funds under any contract resulting from this solicitation. This solicitation in no way obligates USAID to award a contract nor does it commit USAID to pay any costs incurred in the preparation and submission of the proposal. Sincerely, Raymond L. Edler Supervisory Regional Contracting Officer
 
Record
SN01245275-W 20070309/070307220057 (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.