SOLICITATION NOTICE
C -- Road Rehabilitation Design Services
- Notice Date
- 8/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541490
— Other Specialized Design Services
- Contracting Office
- Agency for International Development, Overseas Missions, West Bank, Gaza USAID-West Bank, Amer Emb/Tel Aviv Unit #7228, APO, AE, 09892-0206
- ZIP Code
- 09892-0206
- Solicitation Number
- 294-2005-018
- Response Due
- 9/12/2005
- Description
- PROFESSIONAL ENGINEERING DESIGN SERVICES FOR ROADS REHABILITATION AND RECONSTRUCTION PROGRAM PHASE IV The United States Government, represented by the United States Agency for International Development (USAID) is seeking the services of a U.S. Consulting Engineering firm for professional design services for rehabilitation and reconstruction of specified road segments in Gaza and/or the West Bank. The selected U.S. Consulting Engineering firm will act as an agent for USAID and provide complete construction documents for specified work effort immediately upon negotiation of a contract and issuance of a Notice to Proceed. The scope of work for the effort will include but not be limited to: Perform site investigation, including soils, pavement, traffic analysis and land Survey of existing conditions; Perform environmental investigation as necessary and submit reports sufficient to meet USG and local environmental requirements; Perform review of records of existing utilities and other site conditions (including flood and erosion control concerns); Recommend appropriate road design improvements as appropriate for USAID to negotiate with local authorities; Develop Engineering design to AASHTO standards of specific road segments; Assist USAID in the preparation of solicitation documents for local construction contractor; Assist USAID in the evaluation of proposals if requested; Perform other engineering assistance to USAID related to this scope of work as requested. USAID has not yet determined the specific road segments that will be included in the program. It is possible that all road segments will be in the Gaza Strip and selected in accordance with recommendations provided by the Palestinian Ministry of Planning, in coordination with the Palestinian Ministry of Public Works and Housing. However, due to the Political and Security conditions in Gaza there are constraints and uncertainties which may dictate that the effort be shifted to the West Bank. Currently, USAID is barred from allowing its contractors from sending Americans, other foreign nationals or dual citizen personnel into Gaza. It is expected that work will be substantially completed by contracting with local Gazan companies to perform all reconnaissance activities and ground proofing in the field. The Successful Consultant firm may desire to employ local Palestinian staff to perform the design effort or may prefer to perform the majority of the design work at their home office. In the event that restrictions are lifted when construction activities are expected to begin, USAID may exercise an option to extend the design contract to include construction management services. This Phase IV project is currently funded at the level of $8,000,000, inclusive of design, construction management services and construction efforts on the roads. Firms interested in submitting their Architect-Engineering qualifications for this project are requested to do so using a Standard Form 330 to Mr. Rick Green, Unit 7228, Box 26, APO AE 09830 no later than 3:00 p.m. Jerusalem time, September 12, 2005. SF 330s sent by courier or hand carried must be delivered to Mr. Rick Green, USAID Office of Contracts Management, Trade Tower Building, 10th Floor, 25 HaMared Street, Tel Aviv Israel no later than 3:00 p.m. local time September 12, 2005. All firms responding to this announcement will be evaluated on the following factors: 1. Specialized experience of the firm (including each member of joint venture or association) with the type of service required; 2. Capacity of the firm to perform the work (including any specialized services) within the time limitations; 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, to the extent such information is available; 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; 5. Familiarity with the locality where the project is situated, Gaza and West Bank; 6. Ability to contract with and work collegially with local Palestinian firms capable of supplying survey, A-E, geotechnical and other necessary services; 7. Financial capacity. 8. Responsibility of the architect-engineer under standards provided in FAR subpart 9.1. 9. Volume of work previously awarded to the firm by the Agency, with the object of effecting an equitable distribution of architect-engineer contracts among qualified firms. A cost reimbursable indefinite quantity is contemplated for these services with an estimated contract period of September 2005 through August 2006. This notice constitutes USAID?s request for SF 330s and no other document will be issued.
- Place of Performance
- Address: WEST BANK & GAZA
- Record
- SN00867872-W 20050813/050811211517 (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 |