SOLICITATION NOTICE
B -- TIJUANA WATER & WASTE SYSTEM MODERNIZATION
- Notice Date
- 3/1/2005
- Notice Type
- Solicitation Notice
- 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, VA, 22209-3901
- ZIP Code
- 22209-3901
- Solicitation Number
- Reference-Number-0450009B
- Response Due
- 4/4/2005
- Archive Date
- 4/19/2005
- Description
- POC Evangela Kunene, USTDA, 1000 Wilson Blvd. Suite 1600, Arlington, VA 22209-3901, Tel: (703) 875-4357, Fax:(703) 875-4009; PLEASE DO NOT CONTACT CONTRACTS OFFICE. PROPOSAL SUBMISSION PLACE: Ing. Juan Carlos Nevarez Hernandez, Departamento de Licitaciones y Obras, Comision Estatal de Servicios Publicos de Tijuana, Via Rapida Poniente No. 3, Col. Fortin de las Flores, Tercera Etapa del Rio Tijuana, Tijuana, B.C., Mexico, Tel and Fax: (664) 686 0473, 686 0759 and 686 0545. The Comision Estatal de Servicios Publicos de Tijuana (CESPT) (the ?Grantee?) invites submission of proposals (the ?Proposal?) from interested parties which are qualified on the basis of experience and capability to perform a feasibility study for the modernization of the Tijuana water and waste system. The objective of feasibility study is to provide technical and economic analysis to CESPT in its efforts to modernize the Tijuana water and waste system. In 2003, CESPT embarked on a vision to reform its water and waste system infrastructure. CESPT?s master plan is focused on providing an integrated strategy of ensuring public health, quality of life, and environmental protection. The plan was financed through grants from the U.S. EPA and the North American Development Bank and is now in the stage of specific project development; the plan identified the following projects, which are the subject of the proposed feasibility study: 1. Sludge management: The objective of this project is to develop uses and a market for residual waste produced in the four major wastewater treatment plants in Tijuana. This type of activity is commonly practiced in the U.S. and elsewhere, utilizing residual waste for fertilizers, organic and industrial farming, and other safe and efficient means of sludge management. 2. Popotla Wastewater Treatment Plant: The objective of this project is to establish a new wastewater treatment plant to cover the growing treatment needs of the Popotla region. In addition, this plant will focus on reducing untreated discharges into the Pacific Ocean that may affect the State of California?s coastline. 3. Telemetry system: The 2003 Master Plan calls for incorporation of telemetry systems for both potable water and wastewater systems as a requirement to monitor, control and manage the expanded distribution and collection systems, and especially in light of the hilly and mountainous topography of the project area. CESPT is seeking proposals for a feasibility study to perform engineering studies focusing on the following components: 1) wastewater treatment (sewage) sludge management, 2) design for the proposed Popotla Wastewater Treatment Plant, and 3) development of an effective telemetry system for their potable and wastewater treatment systems. The Terms of Reference (TOR) for the feasibility study include the following: Component 1: Sludge Management Study Task 1.0 Determine Existing Conditions Task 2.0 Project Future Requirements Task 3.0 Develop Alternative Schemes for Sludge Processing, Transportation, and Disposal Task 4.0 Evaluate and Select Alternatives for Future Sludge Management. Task 5.0 Selected Alternative Conceptual Design Task 6.0 Financial Viability and Economic Analysis Evaluation Task 7.0 Develop Implementation Plan and Study Interim Reports Component 2: Popotla Wastewater Treatment Plant Design Study Task 8.0 Review Previous Studies Task 9.0 Evaluation and Selection of Site Task 10.0 Geotechnical Site Investigation of Recommended Site Task 11.0 Perform Pumping Duty, Hydraulic and Treatment Process Calculations Task 12.0 Prepare Layouts, Plans, Process and Instrumentation Diagrams Task 13.0 Prepare Civil Works Designs and Drawings Task 14.0 Prepare Designs and Drawings Task 15.0 Prepare Technical Specifications and Standards for Equipment and Materials Task 16.0 Prepare Detailed Cost Estimates Task 17.0 Prepare Detailed Design Report Component 3: Telemetry System Study Task 18.0 Determine Existing Conditions Task 19.0 Define System Requirements Task 20.0 Develop Telemetry Master Plan Task 21.0 Study Interim Report Task 22.0 ? Combined Final Report The U.S. firm selected will be paid in U.S. dollars from a $559,750 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 TOR, and a background Definitional Mission report are available from USTDA, at 1000 Wilson Blvd. Suite 1600, Arlington, VA 22209-3901. Requests for the RFP should 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 mailroom 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 and Spanish directly to the Grantee by 5:00 p.m. Tijuana, Mexico time, April 4, 2005 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.
- Record
- SN00760614-W 20050303/050301212614 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |