Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
SOLICITATION NOTICE

B -- Jamaica - Rehabilitation of Priority Wastewater Facilities

Notice Date
9/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
United States Trade and Development Agency, USTDA, USTDA, 1000 Wilson Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
2010-51029A
 
Archive Date
12/11/2010
 
Point of Contact
Nina Patel, Phone: (703) 875-4357
 
E-Mail Address
npatel@ustda.gov
(npatel@ustda.gov)
 
Small Business Set-Aside
N/A
 
Description
POC Nina Patel, USTDA 1000 Wilson Boulevard, Suite 1600 Arlington, VA 22209-3901 Tel: (703) 875-4357 Fax: (703) 875-4009 ***Please do not contact contracts office*** Proposal Submission Place: Mr. Lewis A. Lakeman Assistant Vice President, Systems Development & Planning National Water Commission (NWC) Finance & Administrative Division 18 Oxford Road Kingston 5 Jamaica, West Indies Telephone: (876) 929-5430 The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms that are qualified on the basis of experience and capability to carry out technical assistance to enable the NWC to improve its ability to evaluate wastewater treatment facility upgrade needs in order to comply with environmental regulations and to improve wastewater treatment facility performance. BRIEF PROJECT BACKGROUND AND DESCRIPTION OF GRANTEE The NWC is the primary provider of water and wastewater management services in Jamaica and collects wastewater from well over 600,000 people across the island. The NWC is a Jamaican statutory body that was established in 1980 as a result of the National Water Commission Act. The Government of Jamaica (GOJ) is undergoing a program for improving environmental conditions and overall performance at facilities such as wastewater treatment plants throughout the country. Many of the country's treatment facilities have reached their full life expectancy or have deteriorated to a point where their performance is not meeting design intent or regulatory limits. The NWC currently operates more than 79 sewerage facilities throughout the island. A variety of treatment technologies are used in these facilities, including contact stabilization, oxidation ditches, extended aeration, aerated lagoons and stabilization ponds. The historical application of the regulations has not led to sufficient monitoring of wastewater treatment plant function and performance to a point where the design intent of the facilities has not been sustained. As a result, many of the existing treatment facilities in Jamaica are in need of improvement or rehabilitation to function properly. This Technical Assistance is one of two activities brought to USTDA by the Inter-American Development Bank (IDB) in connection with the Caribbean Regional Fund for Wastewater Management (CReW), which is financed and managed by the IDB, in partnership with the Global Environment Facility (GEF) and United Nations Environment Programme (UNEP). Through the CReW, the IDB and its partners seek to test innovative financing approaches to support the development of wastewater management projects throughout the Caribbean, beginning with the implementation of five pilot projects or programs, including a pilot program to be undertaken in Jamaica (the "Jamaica Pilot"). The NWC has assembled a list of ten wastewater facilities under the pilot that are considered a high priority for rehabilitation as "immediate" projects, primarily on the basis of the condition of the plants and the extent of their impact on the environment and public health. The NWC envisions a master trust in conjunction with the IDB for the pledging of K-factor revenues (i.e., a special surcharge for purposes of identified and monitored projects) for the refurbishment, upgrade, and/or expansion of wastewater facilities. BRIEF DESCRIPTION OF STUDY COMPONENTS This Technical Assistance supports the IDB's goal of ensuring that the anticipated $300 million in Jamaica Pilot projects funded using K-factor revenues are effectively and efficiently developed and implemented and that the wastewater facilities are operated based on all applicable policies, procedures, standards and laws. In an effort to improve the Grantee's ability to evaluate wastewater treatment facility upgrade needs to comply with environmental regulations and improve wastewater treatment facility performance, this TA entails: (i) identifying areas in procurement, construction, technology selection, and operations and maintenance (O&M) where the applicable policies, procedures, standards and laws are not being implemented appropriately at three reference wastewater facilities; (ii) providing recommendations on improvements or actions needed; and (iii) preparing an evaluation criteria checklist consistent with Jamaican laws and regulations to be approved by Grantee. The Contractor will also document the general condition of the equipment (e.g., electrical, mechanical, process, and HVAC) at each of the three reference wastewater facilities. The U.S. firm selected will be paid in U.S. dollars from a $150,000 grant to the Grantee from the U.S. Trade and Development Agency (USTDA). A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background definitional mission/desk study report are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. To request the RFP in PDF format, please go to: https://www.ustda.gov/businessopps/rfpform.asp Requests for a mailed hardcopy version of the RFP may also be faxed to the IRC, USTDA at 703-875-4009. In the fax, please include your firm's name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want USTDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to USTDA to retrieve the RFP should allow one hour after faxing the request to USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt. Because of the large number of RFP requests, USTDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mail room before calling USTDA. Only U.S. firms and individuals may bid on this USTDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under USTDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the USTDA-financed activity, must continue to meet such requirements throughout the duration of the USTDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the USTDA grant amount. Details of USTDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English directly to the Grantee by 12 PM, November 26, 2010 at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TDA/TDA1/TDA1/2010-51029A/listing.html)
 
Record
SN02297947-W 20100929/100927234620-1457059cfc28016d53cf0992e4e4b9bb (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.