Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
SOLICITATION NOTICE

C -- Senegal Diamniado Platform Project Preparation Engineering And Environmental Services

Notice Date
11/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, DC, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-06-RFP-0010
 
Response Due
12/9/2005
 
Description
1. Contract Information Architect-engineering (A-E) services are required for site investigation, planning, engineering studies, concept design, pre-feasibility and feasibility analyses, environmental analyses and (optional) final design of early action items for the subject project. This contract is being procured in accordance with Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work. Questions regarding this PreSolicitation Notice should be submitted NO LATER THAN noon November 18, 2005, addressed to Ms. Sinnammal Souppaya, Contracting Officer, email: Infrastructure@mcc.gov with the subject line stating Senegal Diamniado A-E Services. This announcement is open to all qualified A-E firms. North American Industrial Classification System code is 541330, which has a design standard of $4,000,000 in average annual receipts. A firm fixed-price contract is contemplated for award, subject to the availability of funds. The contract is anticipated to be awarded no later than February 2006, with the feasibility study completed by November 2006, and optional design completed by May 2007. It should also be noted that MCC is required to administer a small business program. To this end, MCC seeks, to the maximum extent possible, to include highly qualified small and disadvantaged business firms in the contract award. Interested parties are reminded that the successful firm(s) will be expected to place subcontracts, to the maximum extent possible, with small and disadvantaged firms in accordance with Public Law 95-507. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Any large businesses firm selected must comply with FAR 52.219-9 regarding the requirement for submission of subcontracting plans. In your response to this notice clearly identify your business size and, if applicable, your firm?s socio-economic status. To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. Organization of the Study Solicitations As part of a grant provided to the Government of Senegal (GoS) under the authority of Section 609(g) of the Millennium Challenge Act of 2003, the MCC intends to procure services for the preparation of feasibility studies, environmental impact assessment and related studies and plans for a new industrial and residential site at Diamniadio, about 30km from the capital city of Dakar. In addition to this A-E contract, concurrent consultancies are planned to address basic institutional and land management issues, as well as to assess demand for industrial space, and this information will be integrated into the feasibility and related studies. 3. Project Information 3.1 MCC Project The proposed MCC-financed project will involve the following three components: (1) Establish the essential infrastructure for a fully serviced new industrial and residential site, referred to as the Millennium Platform. Essential infrastructure is defined to include: i. Exterior Platform Infrastructure necessary to ensure the Platform is fully serviced and addresses direct and indirect environmental concerns; and ii. Interior Platform Infrastructure, which includes the primary ?backbone? networks within the platform, including drainage, potable and industrial water supply, solid waste collection, residential wastewater and pre-treated industrial wastewater collection system, final drainage systems (including pipelines, culverts, detention ponds, etc.), a ring road, arterial roads and other essential connector roads, and a railroad dry dock. (2) Create a financing facility to provide term financing to small- and medium-sized enterprises wishing to locate in Diamniadio, or wishing to relocate from Dakar to Diamniadio. (3) Provide institutional assistance, capacity building and administrative support, related to governance and management of municipal services. This announcement concerns A-E services related to the first component, which will be carried out in two phases: Phase 1 ? This Phase will include a pre-feasibility study, an initial environmental examination, and initial design. The pre-feasibility analysis will establish the overall project and its phasing. It will produce pre-feasibility level designs of essential infrastructure; initial social and environmental examinations; preliminary cost estimates and financial and economic analyses. Phase 2 ? This phase will commence following a full review of the Phase 1 Report and involve: (a) the full feasibility study and Environmental Impact Assessment (EIA); and (b) (optionally) detailed design of the ?early action? infrastructure program. This phase will also include preparation of terms of reference (TORs) for the ongoing design and construction supervision Contractors and/or a design-build Contractor. The services are expected to be completed within 15 months of commencement. 3.2 Studies to Date and Background Reports The Government has prepared an Urban Development Plan (Plan Urban d?Am?nagement ? PUD) for the Diamniadio Platform area, which consists of a general urban layout for the 2,620 Ha site, including the location of land use zones (80% industrial; 20% residential), major roads and natural areas. In addition, baseline studies have been carried out and technical reports and draft bidding documents have been prepared on a portion of the area based on a previous conceptual plan. These studies and reports provide some relevant information which will assist in the development of further baseline and technical studies during the feasibility process. 3.3 Initial Cost Estimates of Platform Infrastructure The proposed A-E services will address all of the technical and environmental issues associated with the required infrastructure serving the proposed Platform. The following table summarizes the preliminary cost estimates developed for the essential infrastructure exterior and interior to the 2,620 Ha Platform site. Potential Essential Infrastructure Initial Cost Estimates (Million USD) Exterior Platform Infrastructure 30 Interior Platform Infrastructure 205 TOTAL INITIAL COST ESTIMATE (INCLUDING DESIGN AND CONTINGENCIES) 320 3.4 Reporting and Schedule The reports in the table below will be prepared and submitted by the Contractor in English and French concurrently. There will be a detailed review period after the submission of each Phase of the work. Report Target Dates (Months of Project) Award of Contract and Start of Mobilization 0 Team Mobilized and Formal Study Commencement 1 Inception Report 2 Monthly Reports, Short 1-2 Page Summaries, due end of each month beginning one month after Inception Report. End of Every month Draft Pre-Feasibility Level Design Reports of Essential Infrastructure, Initial Social and Environmental Evaluations, Preliminary Cost Estimates and Financial Analyses, Preliminary Economic Evaluation, and Preliminary Institutional Arrangements 5.0 Final Pre-Feasibility Level Design Reports and Related Evaluations One Month after Draft Reports, and after Joint Technical Review Mission (End of Phase 1) 6.0 Draft Final Feasibility Level Design Reports of Essential Infrastructure, Social and Environmental Impact Assessment (inc. social restructuring plan and relocation plan), Feasibility Cost Estimates and Financial Analyses, Feasibility Economic Evaluation, and Feasibility Institutional Arrangements 10.0 Final Feasibility Level Design Reports and Related Evaluations One Month after Draft Reports, and after Joint Technical Review Mission 11.0 Draft TORs for Project Supervision Contractors Including Proposed Project Implementation Schedule and Packaging, Including Finalized Package for Early Action Design Sub-components 12.0 Complete Detailed Design of Early Action Design Sub-components (End of Phase 2) 14.0 Final Report and End of A&E Consultancy 14.5 3.5 Estimated Level of Effort The Contractor would be expected to provide sufficient qualified personnel (with adequate knowledge of the Senegalese context and overall French and English language capabilities in team as well as French/English fluency in the Team Leader and Deputy Team Leader positions) to ensure achievement of all objectives of this consultancy. For Phases 1 and 2 (not including optional detailed design services), it is expected that the following categories of professional personnel would be required: Senior Specialists Team Leader, Municipal Management Engineer Urban Infrastructure Specialist, Deputy Team Leader Mapping/GIS/Aerial Photo Specialist Electrical Engineer Water Resources/Supply Engineer Wastewater Engineer Civil Engineer Road Planner/Traffic Engineer Road Design Engineer Environmental Specialist Social Specialist Financial and Cost Specialist Economist Industrial Engineer Mid-Level Specialists Urban Infrastructure Specialist Geotechnical Specialist Mapping/GIS/Aerial Photo Specialist Civil Engineer Road Planner/Traffic Engineer Road Design Engineer CADD Specialist Environmental Specialist Social Specialist Finance and Economics Specialist Electrical Engineer The Contractor may wish to propose alternative staffing configurations to ensure achievement of all objectives. The Team Leader and Deputy Team Leader positions are full-time commitments while the other international staff involves intermittent commitments. 3.6 Place of Performance The work will be carried out in Senegal. Air conditioned office space furnished with desks and chairs only will be provided to the contractor at the offices of the Agency for the Establishment of the Diamniadio Platform (AMPMD), part of the Government of Senegal. The Contractor will coordinate closely with the AMPMD in executing all aspects of their work, and in doing so, will engage in active knowledge transfer of methods and procedures for municipal infrastructure planning and design. This function, while not necessarily involving formal training sessions, is considered an important element of the Contractor?s work. 4. Selection Criteria The selection criteria for this project are listed below in descending order of importance: 1. Professional qualifications necessary for satisfactory performance of required services; 2. Specialized experience and technical competence for work required; 3. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance standards; 5. Capacity to accomplish the work in the required time; and, 6. Proposed management structure, including staffing and subcontractor plans, as necessary, sufficient to perform work required. These factors and appropriate subfactors are outlined below. 4.1 Professional Qualifications Offerors should identify personnel who will be responsible for implementing contract activities and provide information on personnel proposed for the subject contract. Offerors should demonstrate their total strength of key disciplines and availability of such resources (i.e., current workload, etc.) The Offerors should provide information on persons whom Offerors propose to fill long and short-term tasks, including experts with adequate French language capability and in-depth knowledge of the Senegalese context. Firms may subcontract and/or associate to enhance their qualifications. 4.2 Specialized Experience and Technical Competence Offerors should provide information on firm competence in the areas suggested by the draft SOW and how specialized experience would be obtained, if needed. The information should clearly summarize the nature of the services offered and the types of tasks performed. 4.3 Knowledge of Location Offerors should demonstrate particular emphasis on the use of personnel and subcontractors with expertise in Senegal. Offerors should outline their current knowledge of the local construction methods, climatic conditions, geological features, etc, along with local customs. 4.4 Past Performance Offerors should provide information on their past performance, during the last five years, on contracts similar in nature to this contract, with US government agencies and/or other multilateral and bilateral agencies. The information should summarize clearly the nature of the assistance contracted, the types of tasks performed, and the results achieved through the contract including experience of local firms/institutions proposed to be associated. The Offeror shall provide a narrative of its experience in managing projects/ activities of a similar nature, especially in developing countries. 4.5 Time Frame Offerors should note capacity to accomplish the work in the required time, citing previous contracting experiences, including in developing countries, among other appropriate evidence. 4.6 Management Structure Offerors should describe how its staff in its home office and subcontractors will be organized to implement the scope of work and strategy, including roles and relationships between the project lead and home office staff, short-term advisors, and subcontractors. It should also describe proposed system for monitoring project activities and results and use of contract financial and human resources. 5. Submission Requirements Final selection of the most highly qualified firm and negotiation of the contract will be done in accordance with FAR subpart 36.602-4. Interested firms having the capabilities to perform this work must submit three copies of SF 330 Parts I and II, including description of similar assignments, experience in similar conditions, appropriate skills/details of professional staff availability including their qualifications, brochures (if available) and other relevant information to the Point of Contact listed below no later than December 9, 2005. Responding firms may be invited to make oral presentations in support of their submission. MCC reserves the right to award without discussions; therefore firms are encouraged to submit their best terms with their initial response. 6. Selection Procedures The MCC will be evaluating all submissions under a full Qualifications-Based Selection (QBS) process, with prospective responses to the Presolicitation Notice using SF 330. A Pre-Selection Board (PSB) will be convened to develop an initial shortlist of firms based on a review of these SF 330s. Following the development of the PSB short list, a Selection Board (SB) will be convened to further refine the list to the three most qualified firms. The SB will interview these three firms and invite them to refine their submittals based on detailed questions provided by the SB. The SB will then rank the three most qualified firms as per FAR 36.602-3(c). After ranking, the SB will request a cost proposal from the number one firm and the MCC Contracting Officer (CO) will begin negotiations. If negotiations are unsuccessful, the CO will then move to Ranked Firm # 2, etc. If the negotiations are unsuccessful after going through all three firms, the SB would then develop a second short-list of three firms from the original short list, and the process would begin again.
 
Place of Performance
Address: Senegal and the United States,
 
Record
SN00929001-W 20051110/051108213308 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.