Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2010 FBO #3107
SOLICITATION NOTICE

C -- Implementation Oversight for Tanzania Energy Sector Project - Independent Engineering Services - Package #1

Notice Date
5/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-10-0091-RFP
 
Archive Date
7/13/2010
 
Point of Contact
Dorothy D McKelvin, Phone: 202-521-3600, James R. Blades, Phone: 202-521-7255
 
E-Mail Address
mckelvindd@mcc.gov, bladesjr@mcc.gov
(mckelvindd@mcc.gov, bladesjr@mcc.gov)
 
Small Business Set-Aside
N/A
 
Description
Contractor Performance Report - Standard Evaluation Statement of Work This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is MCC-10-0091-RFP and is issued as a request for proposals (RFP), with incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-41. DESCRIPTION: The Millennium Challenge Corporation (MCC) has a requirement for Engineering Services. Services are being acquired in accordance with the Brooks Architect Engineering Act as implemented in FAR Subpart 36.6. The selected firm will be required to perform independent engineering services for the MCC during the implementation oversight for the Tanzania energy sector project. This will entail providing oversight of infrastructure/engineering components, Environmental Impact Assessments (EIAs), Environmental Management Plans (EMPs), and Health and Safety Plans (HSPs). See the attached Statement of Work for background and a detailed description of work to be performed. MCC intends to award a Time and Materials type contract with an aggregate ceiling price. The period of performance shall be a Base Year period of twelve (12) months, with two option periods. The North American Industrial Classification System code is 541330, which has a size standard of $4,500,000. This announcement is open to all businesses regardless of size. If a large business is selected for the contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The current MCC subcontracting goals are 30% to Small Businesses, 5% to Woman Owned Small Business, 5% to Small Disadvantaged Business, 3% to Service Disabled Veteran Owned Small Business, and 3% to HUBZone Small Business. This plan is not required with this submittal, but will be required with the price proposal of the firm selected for negotiations. The successful firm shall be precluded (FAR 9.5) from participating in follow-on work and services (e.g., design, construction, and supervision) to be procured by MCA-Tanzanial or designated Implementing Entities using funds advanced under the Compact with MCC. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov. Also, the firm should register to provide certifications and representations at http://orca.bpn.gov. QUESTIONS: Prospective Offerors may submit questions regarding this combined synopsis/solicitation by the deadline of June 8, 2010, 12pm Eastern Time to the primary and secondary contacts listed in this announcement. PROPOSAL SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one original, and three (3) hard copies of a technical proposal with a completed Standard Form 330 (Both Parts I and II) to include your proposed team, including the prime contractor, consultants, subcontractors, and joint ventures to the attention of Ms. Dorothy McKelvin, Sr. Contract Specialist, Millennium Challenge Corporation, 875 Fifteenth Street, 2nd floor, NW, Washington, DC 20005. This synopsis/solicitation is NOT a request for price proposal and firms should NOT submit any price-related information with the SF330. In addition to the hard copies, submit one (1) electronic version of the proposal. Joint ventures must clearly identify their intention to form a legal joint venture partnership, but are not required to provide documentation of legal agreements until contract award. The SF330 version (6/2004) must be used, and may be obtained from the Government Printing Office or from the following website: http://www.gsa.gov. Offerors shall submit the SF330 written in English using Font Size: 10 to 12 with each page numbered consecutively. SF330 must contain Part I and Part II complete and current. Firms may be rejected for submitting incomplete SF 330s, or for incorrect or missing elements. Offerors shall also submit three (3) customer completed Contractor Performance Reports executed by the Contracting Officer and the Contracting Officer's Technical Representative. The Reports shall be submitted as an attachment to the technical proposal. The Customer's contact information should be included on the report.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-10-0091-RFP/listing.html)
 
Place of Performance
Address: MCC offices in Washington DC, the Contractor's facilities, and in the country of Tanzania., United States
 
Record
SN02160397-W 20100528/100526234649-6f6bec5475357992a53be2c9bd493a23 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.