Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

Y -- Invitation to Prequalify Contractors for Construction of the Tafilah Wastewater Treatment Plant, Jordan Contract No. 162/2014 - Package #1

Notice Date
9/18/2014
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523, United States
 
ZIP Code
20523
 
Solicitation Number
Jordan-278-MPWH-14-000002
 
Archive Date
11/17/2014
 
Point of Contact
Huda Adnan Sheshani, Phone: 96265858311, Bader Kassab,
 
E-Mail Address
w-bidding@gtd.gov.jo, bkassab@usaid.gov
(w-bidding@gtd.gov.jo, bkassab@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
Invitation to Prequalify Contractors for Construction of the Tafilah Wastewater Treatment Plant, Jordan Contract No. 162/2014 ADVERTISEMENT FOR PREQUALIFICATION Contract No. 162/2014 September 2014 Title:Invitation to Prequalify Contractors for Construction of the Tafilah Wastewater Treatment Plant, Jordan Contract No. 162/2014 Contact Point: Ministry of Public Works and Housing Government Tenders Department Eighth Circle King Abdallah Street Amman Jordan Fax: 962 6 5857583, 962 6 5857639 Email: w-bidding@gtd.gov.jo Website: www.gtd.gov.jo P.O. Box 1220, Amman 11118, Jordan Tel: 962 6 585 8311/14 The Water Authority of Jordan/Ministry of Water and Irrigation (WAJ/MWI) of Amman, Jordan, through the Government Tenders Department (GTD) invites expressions of interest and submission of completed prequalification questionnaire from Construction Service firms who can demonstrate the required experience and capability in construction of water and wastewater services for the purpose of developing a shortlist. The project comprises the construction of a wastewater treatment plant and auxiliary facilities, at the existing site of Tafilah WWTP in the Tafilah City of Jordan. One Host Country Contract with WAJ is anticipated. Award will be made to the lowest responsive responsible bidder. Payment will be made in both US Dollars and Jordanian Dinars (JD). The United States Agency for International Development (USAID) will finance the US Dollar portion through a direct letter of commitment. Financing of the JD portion will be made by WAJ. Issuance of this request does not constitute an award commitment on the part of the WAJ or USAID, nor does it commit WAJ or USAID to pay for costs incurred in the preparation or submission of any information. It is a requirement that all applicants comply with USAID geographic code 937 pursuant to applicable source and nationality regulations as defined in USAID Automated Directives System, Chapter 310, and the Code of Federal Regulations 22 CFR Part 228, and supplemental references. Geographic Code 937 is defined as the United States, Jordan (the cooperating/recipient country), and developing countries other than advanced developing countries, and excluding prohibited sources (USAID ADS, Chapter 310). USAID has certain approval rights, including but not limited to, approval of the list of prequalified contractors, the selected contractor, and the contract award. The exercise of USAID approval rights is not, however, to be construed in any case as making USAID a party to the Contract. Construction services firms will be evaluated for prequalification to bid in accordance with the evaluation criteria found in the Prequalification Package. Construction services firms are expected to demonstrate the following information, which will be used for the evaluation process: (1) extensive experience and capability in similar types of civil, mechanical and electrical construction work, (2) similar services and work experience within the past five years in the Middle East and/or Jordan and/or similar developing country environment, (3) satisfactory completion on schedule of large water/wastewater projects, (4) a history of satisfactory bonding capacity, and (5) the net current assets or available working capital that will be sufficient, in the judgment of WAJ and USAID to satisfactorily execute the contract and to meet all financial obligations incurred. The firm's current financial statement and an affirmative statement that the firm can meet USAID's source and nationality regulations must also be submitted. Copies of interested firm's brochures and annual reports may also be of value in presenting the firm's qualification. If a joint venture seeks prequalifications, qualification information must be supplied with respect to all firms in the joint venture. Firm's data will be verified. It is anticipated that the successful bidder will sign a host country contract with WAJ to provide construction services subject to availability of funds. The Prequalification questionnaire can be downloaded free of charge from GTD web site www.gtd.gov.jo starting Thursday 18 September 2014. Due date for submittal of the completed questionnaire is 12:00 noon local Jordanian time on, Sunday, 2 November 2014 to the following address: Ministry of Public Works and Housing, Government Tenders Department, Eighth Circle King Abdallah Street, Amman Jordan, Fax: 962 6 5857583, 962 6 5857639, Email: w-bidding@gtd.gov.jo, Website: www.gtd.gov.jo, P.O. Box 1220, Amman 11118, Jordan, Tel: 962 6 585 8311/14. Qualification packages received after the due date will not be accepted under any circumstances. If the application is delivered by courier or other method, the Applicant is responsible for its timely delivery. Applications delivered after the time stated will not be accepted. WAJ and GTD will establish a short list of qualified bidders who will be permitted to purchase the bid documents and submit bids for the contract. The Invitation For Bids (IFB) is expected to be available for distribution to qualified firms approximately in the first quarter of 2015. Bidders will be allowed sixty days from the date of issuance of the IFB to prepare and submit their bids. The estimated duration for construction is 720 calendar days. The Hashemite Kingdom of Jordan and the United States Agency for International Development encourage and welcome in this activity the participation to the fullest extent possible, of minorities and women both as individuals and as members of contracting or sub-contracting firms. In this respect, it is anticipated that the prime contractor will make every practicable use of such personnel and firms. Expressions of interest will be publicly opened at 1:00 p.m. the same day of submission on November 2, 2014. Applicants can attend the opening session or follow up the opening session directly transmitted live (audio and video) on GTD official website www.gtd.gov.jo. Request for further information, clarifications or inquiries, shall be sent to the Chairman of the Central Tenders Committee written, fax or e-mail to the above-shown address, before Sunday, 19 October 2014. Interested bidders are requested to follow up the issuance of any addendum or answer to inquiries through GTD official website shown above. Eng. Huda Adnan Sheshani Chairman of Central Tenders Committee Director General
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/Jordan-278-MPWH-14-000002/listing.html)
 
Place of Performance
Address: Tafilah, c/o Ministry of Public Works and Housing, Jordan, Jordan
 
Record
SN03519377-W 20140920/140919000755-8b76ee3bff1792583bec8234a40de310 (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.