Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23, 2001 PSA #2983
SOLICITATIONS

C -- PRE-QUALIFICATION QUESTIONNAIRE, DESIGN AND CONSTRUCTION MANAGEMENT SERVICES REQUIRED UNDER USAID/EGYPT SECONDARY CITIES WATER/WASTEWATER PROGRAM

Notice Date
November 20, 2001
Contracting Office
United States Agency for International Development, USAID/Egypt, Office of Procurement, USAID -- Unit 64902, APO AE 09839-4902
ZIP Code
09839-4902
Solicitation Number
RFP No. 263-02-009
Point of Contact
Ms. Amani Said, Contracts Specialist, Tel.011-20-2-522-6906, Fax 011(20-2) 516-4739
E-Mail Address
http://www.usaid.gov (asaid@usaid.gov)
Description
USAID/Egypt invites submission of information from eligible U.S. consulting engineering firms who can qualify through experience in performing similar work for providing construction management services (CMC). The required services will be under the USAID/Egypt Secondary Cities program, Results Package (RP) No. 263-0236. This program is intended to provide water and wastewater treatment and disposal facilities for large metropolitan areas of Egypt including the cities of Kom Ombo, Darawo, Nasr City (Aswan group), Luxor, Mansoura, and Nuweiba. This is a full and open competition for continuation of the on-going Engineering/Design and Construction Management (ED&CMC) services currently provided by the US firm Camp Dresser & McKee International, Inc (CDM). The CDM contract is estimated for completion on July 30, 2002. Award of the new contract is anticipated on/about July 1, 2002. The anticipated CMC shall manage and oversee the successful completion of ongoing Host Country construction contracts, make changes to existing design and/or provide new designs/re-design as necessary for the on-going construction contracts. The CMC shall also manage the start-up and testing of the facilities, supervise operation, maintenance and training services to be provided by construction contractors, and handle contract close-out including resolving all incomplete issues during the warranty period. The CMC will act as the "Agent" for the National Organization for Potable Water and Sanitary Drainage (NOPWASD), also referred to herein as the "EMPLOYER" and also as the Engineer and Construction Management Consultant (CMC) for the expansion of water and wastewater facilities serving the above mentioned cities. NOPWASD will make available to the selected CMC all the designs and the environmental assessment completed by the current ED&CMC. The CMC will be responsible for managing the ongoing Host Country construction contracts in the Aswan group of cities (Kom Ombo, Darawo, Nasr City), Mansoura, Nuweiba and Luxor. This includes but is not limited to, monitoring of construction activities, quality assurance, claims handling and settlement and providing technical assistance to NOPWASD and its resident engineers. The expected duration of this contract is three years and 3 months (until 09/30/2005) for completion and closing out of all activities. No RFP will be issued. Consulting engineering firms will be evaluated in accordance with the evaluation criteria found in the AID Acquisition Regulations, Part 736.602-3(b) and their assigned relative weights as follows: (1) Specialized experience of the firm with the type of service required (15%), (2) Capacity of the firm to perform the work within the time limitations (10%), (3) Past record of performance on contracts with USAID or other Government agencies and private industry with respect to such factors as control of costs, quality of work, and ability to meet schedules (20%), (4)Ability to assign an adequate number of qualified key personnel from the organization, including a competent supervising representative having considerable experience in responsible positions on work of a similar nature (20%), (5) The portions of the work the architect-engineer is able to perform with its own forces when required (5%), (6) Ability of the architect-engineer to furnish or to obtain required materials and equipment (N/A), (7) Familiarity with the localities where the projects are situated (15%),(8) Financial capacity (10%), (9) Responsibility of the architect-engineer under standards provided in FAR subpart 9.1. (Pass/Fail), (10) Volume of work previously awarded to the firm by the USAID, with the object of effecting an equitable distribution of architect-engineer contracts among qualified firms (5%). In responding consulting engineering firms are expected to demonstrate the following: (A) Applicable international experience and capability to provide the required experienced personnel to implement the work, (B) Organizational capacity and financial resources, (C) Similar services and work experience within the past five years. Experience in the Middle East and/or Egypt and/or similar developing country environment is desirable. USAID will establish a shortlist of at least three qualified firms as per FAR part 36.602-3(a). USAID will provide the draft statement of work and the evaluation criteria to the short-listed firms for holding discussions and/or convening presentations. USAID will request a cost proposal from and will negotiate with the top ranked firm. If a satisfactory contract cannot be concluded, USAID will initiate negotiation with the next firm on the final selection list. A cost plus fixed fee, term type of USAID direct contract is contemplated for award. Payment under this contract will be made in US Dollars, under USAID PR No. 263-0236. Issuance of this request does not constitute an award commitment on the part of the Government nor does it commit the Government to pay for any costs incurred in the preparation or submission of any information. USAID requests that interested consulting engineering firms submit six copies of completed US government standard form SF 254, Architect-Engineer (A-E) and related services questionnaire and SF 255 A-E and related services questionnaire for specific projects. It is anticipated that the selected firm will sign a direct contract with USAID to provide services subject to the availability of funds. The firm's current financial statement and affirmative statement that the firm can meet USAID nationality and source regulations must also be submitted. Copies of interested firm's brochures and annual report may also be of value in presenting the firms qualification. The completed pre-qualification information and related statements must be received no later than December 6, 2002, close of business, Cairo time, at the USAID address. Additional information submitted after that date may be rejected by USAID. Submit pre-qualification forms to the following address: Ms. Celeste Fulgham, Contracting Officer, Office of Procurement, United States Agency for International Development, USAID/Egypt, USAID Office Building, Plot 1.A Off Laselki Street, New Maadi, Cairo, Egypt. If sent by U.S. mail: Ms. Celeste Fulgham, Contracting Officer, Office of Procurement, Unit 64902, APO AE 09839-4902. The preferred method of distribution of USAID procurement information is via the Internet. This CBD notice can be viewed and downloaded using the Agency Web Site. The Worldwide Web address is http://www.usaid.gov. Select "Business and Procurement Opportunities" "http://www.usaid.gov/procurement_bus_opp" from the home page, then "USAID Procurements." On the following screen, select "Browse Current CBD Notices." It is the responsibility of the recipient of this notice to ensure that it has been received from Internet in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes. The U.S. Agency for International Development (USAID) encourages the participation to the maximum extent possible of small business concerns, small disadvantaged business concerns, and women -owned business concerns in this activity as prime contractors or subcontractors in accordance with Part 19 of the Federal Acquisition Regulation. In this respect, it is anticipated that the prime contractor will make every reasonable effort to identify and, make maximum practicable use of such concerns. All other selection evaluation criteria being found equal, the participation of such concerns may become a determining factor for selection.*****
Web Link
http://www.usaid.gov/procurement_bus_opp/procurement/announce/cbd (http://www.usaid.gov)
Record
Loren Data Corp. 20011123/CSOL007.HTM (W-324 SN5134B4)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 20, 2001 by Loren Data Corp. -- info@ld.com