MODIFICATION
C -- USAID/Afghanistan Engineering Support Program (ESP) - Pre-Bid Conference
- Notice Date
- 6/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Agency for International Development, Overseas Missions, Afghanistan USAID-Kabul, U.S. Agency for International Development (USAID), U.S. Embassy, Great Masood Road, Kabul, Afghanistan, Kabul, Non-U.S., Afghanistan
- ZIP Code
- 00000
- Solicitation Number
- SOL-306-15-000076
- Point of Contact
- Gregory Wang, Phone: 301-490-1042, Sam Nagwere, Phone: 301-490-1042
- E-Mail Address
-
gwang@state.gov, snagwere@state.gov
(gwang@state.gov, snagwere@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Pre-Bid Conference is planned to be held in Washington, DC. The U.S. Agency for International Development Mission in Afghanistan (USAID/Afghanistan) intends to issue a Request for Qualifications (RFQ) (SF 330) to obtain architectural and engineering (A&E) services in accordance with the Federal Acquisition Regulation (FAR) Part 36. The successful offeror will provide USAID/Afghanistan with independent engineering support, construction supervision, quality assurance, and related services for ongoing and planned construction projects in all areas of USAID supported infrastructure. Illustrative sectors where these services may be required include, but are not limited to: agriculture, energy, water, transportation, environment, health, democracy and governance, telecommunications and facilities, and education. These services predominantly require performance or approval by registered and/or licensed A&E professionals, either as individual organizations, partnerships, joint ventures or other legal entities permitted by law to practice architecture or engineering. Specific A&E services will mainly include, but are not limited to: Planning: The Contractor must provide high quality engineering and technical assistance and recommendations in the planning of new activities requested, which includes conceptualization, analysis, and approval documentation. Design: The Contractor must manage in a timely manner the preparation of detailed engineering designs, plans, and cost estimates for assigned programs and activities, and ensure that they comply with appropriate national and international standards and reflect Agency and international best practices. Construction Supervision: The Contractor must provide project management oversight support for construction contracts/agreements. Quality Assurance Services: Quality Assurance (QA) is defined as the functions and associated actions performed by the Government to ensure that contract requirements are performed in accordance with specified standards, and that an appropriate level of Contractor quality control activities is in place and operational. The Contractor must monitor and evaluate the construction projects implemented by other contractors, grantees and partners through certified engineers and professionals according to international performance standards. Mentoring/Capacity Building Services: The Contractor will implement a technical mentoring/capacity building component that provides opportunity for technical development of local staff. USAID/Afghanistan anticipates that the contract resulting from this solicitation will be a Time and Materials type, with a period of performance of three (3) years with two one-year options for a total period not to exceed five (5) years. USAID anticipates that the maximum estimated cost of the resultant contract will be $125,000,000. Specific A&E services will be ordered in writing through issuance of Job Orders (JO) chargeable to the contract.. The NAICS Code for this procurement is 541330. The RFQ will be posted on the Federal Business Opportunities web page (www.fbo.gov) not less than fifteen days after this notice is issued. In accordance with FAR 5.102(d), availability of the RFQ is limited to this electronic medium only. Requests for other copies of the RQF will be disregarded without notice to the requestor. No phone requests will be accepted, copies of the RFQ will not be available for pick-up, and no walk-ins will be allowed. Offerors are advised to periodically monitor the above website for updates concerning this procurement. Telephonic requests or inquiries will not be taken. This notice does not obligate USAID to release a solicitation or award a contract nor does it commit the Government to pay for costs incurred in the preparation and submission of a proposal. In addition, final award cannot be made until funds have been fully appropriated, allocated, and committed and internal USAID procedures have been completed. This notice satisfies the synopsis requirement in FAR 5.201. Please note that the Pre-Bid Conference is planned to be held on July 14, 2015 in Washington, DC. Please see the attachment for additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OM/AFG/SOL-306-15-000076/listing.html)
- Place of Performance
- Address: Kabul, Afghanistan, Afghanistan
- Record
- SN03777403-W 20150627/150626000522-7c6e9243e6f971439c165f29750d83cf (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 |