Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607

USAID, 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