|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607USAID, Office of Procurement, 1100 Wilson Blvd. (Gannett Building),
Room 1546, SA-14, Arlington, VA 22206, 15th Floor Receptionist C -- ARCHITECT-ENGINEERING SERVICES IN THE WATER RESOURCES
ENVIRONMENTAL/SANITARY, CIVIL AND INDUSTRIAL ENGINEERING FIELDS SOL
OP/B/LA-96-004 DUE 070396 POC POC, Ronald Stanley, Contracting Officer,
703/875-1220, Deborah Simms, Contract Specialist, 703/812-0044. The
Agency for International Development (AID) invites submission of
qualifications from eligible U.S. architect-engineer (A&E) firms and
joint ventures with licensed architects and professional engineers with
demonstrable experience and capability in multi-year technical and
financial planning, support of sectoral policy, privatization, cost
based tariff development, and regulatory restructuring, feasibility
studies, preparation of specifications, proposal and project
evaluation, financial engineering, implementation, contractor
supervision, and acceptance testing in the following subfields: (1)
Water Resources: including planning, design, and training for water
resource management, urban and rural water systems, dams and storage
reservoirs, flood control programs, and the exploration and development
of groundwater resources, (2) Environmental/ Sanitary Engineering:
including planning, design, training, operation, management financing,
etc. of domestic and industrial water supply wastewater collection,
treatment and disposal, wastewater recycling, storm drainage, solid
water collection and disposal, and operation and maintenance
activities, (3) Industrial Engineering: including manufacturing,
processing, and waste treatment, (4) Value Engineering, Engineering
Economics, Institutional and Policy reform including alternative
financing, and Training. AID will enter into a five year indefinite
quantity contract (IQC) with an estimated maximum ordering limitation
of approximately $25 million dollars. Orders will be of short term
duration (ranging from 5 to 180 calendar days). These services shall be
provided worldwide (in U.S. and overseas) to USAID/Washington, USAID
missions abroad, and all USAID assisted countries. Only firms and joint
ventures having demonstrated capability to supply all of the required
services are encouraged to respond. The experience and capabilities
required are as follows: all services from project conception through
completion, performance of acceptance test, assistance with operations
and maintenance, assistance with procurement of equipment and
materials, and the capacity to perform required aspects of
environmental analysis. A&E firms and joint ventures meeting the above
qualifications should submit Standard Form 254 and 255 data NLT July
3, 1996. A separate SF 255 shall be submitted with respect to each of
the subfields listed above. The ''Specific Project'' referred to in SF
255 shall be a typical project in each subfields performed by the
firm(s) during the last three years in developing countries. A one
paragraph description of that typical project shall be enclosed. For
each project listed in Block 8 of SF 255, indicate the name, present
position with the firm(s) and the responsibilities of key personnel
engaged in those projects. The following supplemental data shall also
be submitted: (1) A statement as to whether the firm or venture is
willing to undertake foreign as well as domestic assignments and
exception thereof. (2) Submit a table showing the fluency of personnel
in foreign languages, including but not limited to French, Spanish and
Russian. (3) Past performance references with respect to all contracts,
grants, or cooperative agreements involving the provision of similar or
related services over the past three years to AID and other
organizations (both governmental and commercial) including the name and
address of the organization for which the services were performed, the
name and current telephone number of the responsible technical
representative of that organization, the number, if any, of the
contract, grant or cooperative agreement, and a brief description of
the services provided including the dates of the period during which
the services were provided. Failure to provide complete information
regarding similar/related contracts, grants or cooperative agreements
may result in disqualification. AID may use this information to contact
clients to obtain information on performance. (4) Copies of annual
reports of all firms participating in this competition for the last
three years. The Contracting Officer will consider the data along with
other factors in determining whether the offeror is to be considered
responsible as defined in FAR Part 9.1. The firms shall be evaluated in
accordance with FAR Part 36.602-1(a) and AIDAR Part 736.602-3(b). The
Agency for International Development (AID) encourages the participation
to the maximum extent possible of small business concerns, small
disadvantaged business concerns and women-owned small business concerns
in this activity as prime contractors or subcontractors in accordance
with Part 19 of the FAR. It is anticipated that the prime contractor
will make maximum practicable use of such entities. It is anticipated
that a contract will be awarded subject to availability of funds. This
is not a Request for Proposals, there is no package to request. In
order to be considered for award under OP/B/LA-96-004, the offeror
shall send five copies of all required documentation not later than
July 3, 1996 at 3:00 p.m. Eastern Standard Time to either of the
following addresses: to the attention of Deborah Simms, Agency for
International Development, Office of Procurement, 1100 Wilson Blvd.
(Gannett Building), Arlington, VA 22209, Room 1546, SA-14, 15th Floor
Receptionist for hand-carried deliveries. Agency for International
Development, Office of Procurement, Division B LA Branch, Room 1546
SA-14, Washington, DC 20523-1430 to the attention of Deborah Simms for
mailed deliveries. Please be advised that the mailing address is
located in the U.S. Department of State building in the District of
Columbia, and the delivery may take at least 24 hours for delivery to
the Arlington, VA address. AID takes no responsibility for ensuring
timely delivery from the Department of State building to the Arlington,
VA address. The applicant is solely responsible for ensuring timely
delivery at the Arlington, VA address. (0151) Loren Data Corp. http://www.ld.com (SYN# 0041 19960531\C-0019.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|