Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
MODIFICATION

C -- Architect and Engineering Services for USAID/Armenia

Notice Date
2/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Agency for International Development, Overseas Missions, Armenia USAID-Yerevan, Department of State, Washington, District of Columbia, 20521-7020
 
ZIP Code
20521-7020
 
Solicitation Number
111-10-000002
 
Point of Contact
Armen E. Yeghiazarian, Phone: 374 10494 466, Narine Sarkisian, Phone: 374 10 494 364
 
E-Mail Address
ayeghiazarian@usaid.gov, nsarkisian@usaid.gov
(ayeghiazarian@usaid.gov, nsarkisian@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
This requirement is for a Blanket Purchase Agreement for Architectural and Engineering (A&E) Services for various project locations within Republic of Armenia and Nagorno Karabakh. A&E firms and individuals shall hold all necessary licenses of the Republic of Armenia to provide the required services. The services will be for undertaking the supervision of USAID's Implementing Partner's and construction contractor's works, which will include the following: (i) Design review and comments; (ii) Ensure that works are in compliance with the approved design and applicable laws, building codes and safety requirements; (iii) Supervision of construction works for safety, quality, quantity (volume of works) and time control; (iv) Participate in and where necessary perform interim testing of systems and system components; (v) Participate in the final inspection and acceptance of works; (vi) Work closely with USAID respective staff for coordination of activities, provide regular technical feedback on progress, schedule joint monitoring site visits; (vii) Compile and provide related documents and reports, etc. Comment on the Contractor's Shop Drawings The A&E Company will review the working designs and specifications to ensure that they comply with local Armenian construction codes and safety and environmental requirements Supervision of Construction Contractors Works A&E Company shall supervise the construction work for overall technical quality and compliance of performance, equipment and materials, and the quality of workmanship as well as the quantity (volume of works) and time control when tasked. This shall involve compliance with the design and specifications, quality of work and changes of the program when appropriate. Compliance control shall be carried out for supplies as well as for works. Particular attention has to be paid to the compliance with safety and environmental requirements. The contractor's claims and justifications for extensions of time due to delays caused by events outside the contractor's control shall be reviewed by the A&E firm in order to verify the soundness of such claims. Recommendations shall be made to USAID/Armenia either recommending acceptance or denial of the contractor's requests for extensions, changes for the approved plans and schedules. Technical Inspections: A&E Company shall check all the technical codes and standards for the installation and construction of all systems/equipment and their compliance with approved designs, applicable laws, building codes, safety and environmental requirements. Meetings: Site progress meetings with USAID/Armenia shall be scheduled on a monthly or semi-monthly basis as requested by USAID/Armenia for each specific order. More frequent meetings will be organized during times of peak activity, if necessary. In case inaccuracies are identified during inspection visits, corrective and remedial measures will be discussed and agreed upon during the formal progress monitoring meetings. The principal items to be addressed at the project progress meetings and following monthly reports shall include but not limited to the following: •· Adequacy of performed works with the initially approved design; •· Discussion of identified current/potential problems, finding solutions. Testing and Commissioning A&E Company shall participate in the interim and final commissioning. The A&E Company shall certify final test results and witness the commissioning of the systems. Testing of all the equipment/systems installed by the construction contractor shall be carried out in accordance with the specifications. A&E Company engineers shall attend and witness final testing of equipment and systems. The lead discipline shall be a registered Architect. The term of the contract will be 1,825 calendar days from the date of contract award, or until a $500,000 maximum contract limit is reached. The daily rates will be negotiated for each calendar year. The A&E fee for any single order may not exceed $100,000. The estimated start date is March 2010. A&E selection criteria will include (in order of importance): (1) Professional qualification of the proposed staff and consultants. Proposals shall demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructures through an integrated design approach, including: water and energy conservation, pollution prevention, the use of recovered and recycled materials, waste reduction, and construction waste management practices. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by the contract. SCHEDULE A: 1) interior/exterior renovations/alterations; 2) energy efficiency/conservation designs, 3) repair and minor construction projects, 4) structural investigations and 5) seismic evaluations. SCHEDULE B: 1) water and other utility improvements, 2) site improvements, 3) general landscape, surveying and irrigation projects, 4) life safety, 5) site surveys, 6) site investigations, 7) cost estimating, 8) economic analysis required to develop and define actual costs of construction projects, and 9) provide quality control and inspection/acceptance services. The firm must have experience with coordination of design disciplines for phased construction, including occupied/unoccupied and fast track projects. Projects may also require the identification of asbestos and lead-based paint. Do not list more than a total of ten (10) projects in Section F of SF Form 330. Indicate which consultants for the proposed team, if any, participated in the preparation of design documentation for the projects listed. Sustainable Design: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (2) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized available and prior security clearances. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by listing budget/estimated construction cost, award amount, final design estimates, and construction change order rate for at least five recent projects. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes and how you ensure the quality of work from subcontractors. List recent awards, commendations, and other performance evaluations (do not submit copies). (4) Location in the general geographic area and knowledge of the locality of the projects. Those firms which meet the requirements described in this announcement and wish to be considered must submit one copy of SF 330 for the firm and Section E of SF330 for each consultant listed in Section G, to the address stated above by 5:00 P.M. Local Time on the due date that is shown above. Submittals received after the date and time stated herein will not be considered. Indicate solicitation number in block 3 of PART I and block 1 of PART II, Contractor Establishment Code (CEC), and /or DUNS number in block 4 of PART II, telefax number and email address (if any) in block 6c. For firm with multiple offices, complete the PART II for each specific branch office seeking work. Use Section H of the SF 330 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 330s shall not exceed 30 printed pages. Double sided are two pages. Organizational charts and photographs are excluded from the 30-page count. Exception: Photographs with text will be considered one page. All information must be included in the SF 330 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format directed in the synopsis may be negatively evaluated. Firms, their subsidiaries or affiliates that design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF 330s will not be accepted. Site visits will not be arranged during the submittal period The Standard Industrial Code (SIC) is 8711 and the North American Industry Code Standard (NAICS) is 541330.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OM/ARM/111-10-000002/listing.html)
 
Place of Performance
Address: Republic of Armenia and Nagorno Karabakh region within the recognized borders of former Soviet Republic of Azerbaijan, Armenia
 
Record
SN02059966-W 20100207/100206000201-99f7ffa9627f6e86a4aad3bc3407ea6a (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.