SOLICITATION NOTICE
C -- PR12873652 - A&E Services to Develop Designs for Academy in Guayaquil, Ecuador
- Notice Date
- 10/23/2024 3:15:36 PM
- Notice Type
- Solicitation
- NAICS
- 54149
—
- Contracting Office
- U.S. EMBASSY QUITO WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- PR12873652
- Response Due
- 11/8/2024 8:00:00 PM
- Archive Date
- 11/23/2024
- Point of Contact
- Deryl van Coblijn, Phone: 59323985106, Valeria Rueda, Phone: 593992028803
- E-Mail Address
-
VanCoblijnDS@state.gov, ruedavj@state.gov
(VanCoblijnDS@state.gov, ruedavj@state.gov)
- Description
- ADVERTISEMENT� RFQ Number: PR12873652� The Bureau of International Narcotics and Law Enforcement (INL) at the U.S. Embassy in Quito, Ecuador intends to award a Firm Fixed-Price Contract and requires contracting �PR12873652_A&E services to develop designs for Academy Phase II� 1. STATEMENT OF WORK (SOW)� Please refer to Appendix A.� The Appendix A - SOW will be sent only to contractors interested in participating in this process.� The interested contractor must request by e-mail the Apendix A -SOW to Valeria Rueda - INL Procurement Agent (ruedavj@state.gov) and Quito-INL-Procurement@state.gov.?� 2.�PLACE OF PERFORMANCE� The service will be completed in Ecuador.� 3. SERVICES AND PRICES� The A&E firm shall provide to the U.S. Government the services as described in the specifications for the stated firm fixed price.?� The price shall include all direct and indirect costs.? The price will not be subject to adjustment after the award of the contract.???� Offerors shall include specific details and delivery dates in their responses to this Synopsis.? All prices shall be listed in USD.???� Value Added Tax (VAT) is not included in the CLIN rates. Instead, it will be priced as a separate Line Item in the contract and on Invoices. Local law dictates the portion of the contract price that is subject to VAT; this percentage is multiplied only against that portion.� The payment method used by the Embassy of the United States of America is: 100% payment in 30 days once the services are received and the invoice is submitted. No advance payment is considered, no payments will be made for any unauthorized supplies or services or for any unauthorized changes to the work specified herein. This includes any services performed by the awardee of its own volition or at the request of an individual other than a duly appointed Contracting Officer (CO). Only the duly appointed CO is authorized to change the specifications, terms, and/or conditions of the contract.. 4. NONPAYMENT FOR UNAUTHORIZED WORK� No payments will be made for any unauthorized supplies or services or for any unauthorized changes to the work specified herein.? This includes any services performed by the awardee of its own volition or at the request of an individual other than a duly appointed Contracting Officer (CO).? Only the duly appointed CO is authorized to change the specifications, terms, and/or conditions of the contract.?� 5. EVALUATION CRITERIA� 5.1 Technical personnel experience� Architectural designs: The responsible architect shall have at least 5 years of professional experience and must present the university degree and Curriculum Resume. Structural designs: The responsible civil engineer shall have at least 10 years of professional experience in structural designs and must present the university degree and Curriculum Resume.� Electrical designs: The responsible electrical engineer shall have at least 10 years of professional experience and must present the university degree and Curriculum Resume.� Hydraulic designs: The responsible civil engineer shall have at least 5 years of professional experience in sanitary or hydraulic engineering and must present the university degree title and Curriculum Resume.� Project Manager: The responsible managing the design process shall be an architect or civil engineer with at least 10 years of significant experience in A&E services.� 5.2 Past Performance Experience�� The A&E firm must have at least 10 years of experience in designing architectural buildings, civil engineering, and electrical projects. A list of three relevant contracts should be submitted to clearly demonstrate the offeror's prior experience in designing infrastructure projects.� 5.3 Appendix B� Please ensure to attach the additional document Appendix B �Architect � Engineer Qualifications�, fully completed.� 5.4 Best price offer.��� 6. DELIVERABLES� 6.1 A&E designs Phase 1 (35%): general information, architectural pre-design, topographic surveys, soil survey, site plan. In addition to the drawings, the following documents shall also be included as a part of the 35% concept design submitted to the INL-CESINL.�� Basis of Design. Topographic Reports.�� Exterior Architectural Design Submittal.� Outline Specification. Geotechnical reports and foundation studies.� Analysis of Natural hazards with mitigation plan. 6.2 A&E designs Phase 2 (60%): architectural floor plans, the pre-designs of the structural, mechanical, electrical, plumbing, and the specifications draft, cost estimation draft, special installations pre-design.�� 6.3 A&E designs Phase 3 (95%): All designs including construction details, final architectural, electric, mechanical, special systems and structural design, specifications final draft, Cost Estimation final draft, Construction Schedule final draft, list of equipment, operations and maintenance plan.� 6.4 A&E designs Phase 4 (100%): After INL-CES accepts the 95% Pre-Final Design, the architect-engineer will prepare 100% Final Construction document services for the project designed.� These documents shall include corrections to the 95% phase as recommended by the INL-CES. The goal of this item is to fully prepare the INL to bid out the contract to complete the construction of the facility.� 7. PROCESS SCHEDULE� We will evaluate offers based on the best value to the US Government, please see below the following tentative schedule:� Preproposal conference will be held by October 25, 2024 at 03:00 pm (Quito, Ecuador time).� Questions regarding to this bid will be received by October 29,2024.� Responses to all the questions will be provided by October 31, 2024.� Final offers will be received by November 8, 2024.� Note: * The preproposal conference for October 25; this event aims to enable a detailed of the request service. To this end, we kindly request that you confirm your attendance no later than October 24. Please provide the following information of the person who will be attending the conference via email to Valeria Rueda, INL Procurement Agent, ruedavj@state.gov and Quito-INL-Procurement@state.gov : full name, identification number, and the company they represent.?� 8. POINT OF CONTACT� Direct any questions regarding this project to Valeria Rueda Procurement Agent, at telephone number +593 99-202-8803, Email: ruedavj@state.gov and Quito-INL-Procurement@state.gov, in writing to same e-mail addresses.� 9. SAM REQUIREMENT ?� Pursuant to FAR 4.1102, bidders are required to be registered in SAM (System for Award Management) at the time a quotation is submitted. In order to register to SAM, please follow the instructions detailed in the following link: https://sam.gov/content/home�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/47162ec615434d929f53244dd34e609d/view)
- Place of Performance
- Address: Guayaquil, EC-P, ECU
- Country: ECU
- Country: ECU
- Record
- SN07247105-F 20241025/241023230102 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |