Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749

Eng. Mahmoud El-Sringawy, Chairman, An action for the USAID program

Y -- PREQUALIFICATION QUESTIONNAIRE -- CONSTRUCTION AND REHABILITATION OF WATER AND WASTEWATER SYSTEMS POC Contact Point: Mr. Robert Hurdle, Camp Dresser & McKee International, Inc. (CDM), 10 Cambridge Center, Cambridge MA, 02142. Tel. No. (617) 252-8000, Fax (617)577-7504, E-mail address: hurdlerl@cdm.com. Eng. Mahmoud El-Sringawy, Chairman, National Organization for Potable Water and Sanitary Drainage (NOPWASD), 96, Ahmed Orabi Street, Sahafieen, Cairo, Egypt. The National Organization for Potable Water and Sanitary Drainage (NOPWASD) of Cairo, Egypt, invites expressions of interest and submission of prequalification questionnaire from U.S. Construction Services firms who can demonstrate extensive experience and capability in construction of water and wastewater services under its Secondary Cities project, for the purpose of developing a shortlist. The project comprises the construction and rehabilitation of wastewater and water treatment and auxiliary facilities, pump stations, trunk sewers, force mains, water transmission and distribution piping, ground and elevated storage facilities and potential follow on work to augment and extend the existing water/wastewater systems in the six cities of Mansoura, Nuweiba, Luxor, Kom Ombo, Darawo, and Nasr City. Five separate Fixed Price Host Country Contracts with NOPWASD are anticipated. Bidders may qualify for one, two or all contracts. Award will be made to the lowest responsive responsible bidder. Payment will be made in both US Dollars and Egyptian Pounds. The United States Agency for International Development (USAID) will finance the US Dollar portion through a direct letter of commitment under project no. 263-0236, Secondary Cities. Financing of the LE portion will be made by NOPWASD. Funds for this procurement are not currently available, however, they are anticipated to be available shortly. Issuance of this request does not constitute an award commitment on the part of the NOPWASD or USAID, nor does it commit NOPWASD or USAID to pay for costs incurred in the preparation or submission of any information. It is a requirement that all bidders comply with USAID geographic code 000 (USA) pursuant to applicable nationality, source and origin regulations as defined in USAID Automated Directives System, Chapter 310 and supplemental references. Construction services firms will be evaluated in accordance with the evaluation criteria found in the Prequalification Package clause IP-3 listed in descending order of importance and in reference to USAID Automated Directives System, section E305.5.2b and Supplementary Reference in USAID Handbook 11, Chap.2, section 3.5. Construction services firms are expected to demonstrate the following information, which will be used for evaluation process: (1) extensive experience and capability in similar types of civil, mechanical and electrical construction work, (2) similar services and work experience within the past five years in the Middle East and/or Egypt and/or similar developing country environment, (3) satisfactory completion on schedule of large water/wastewater projects, (4) a history of satisfactory bonding capacity, and (5) the net current assets or available working capital that will be sufficient, in the judgement of NOPWASD and USAID to satisfactorily execute the contract and to meet all financial obligations incurred. The firm's current financial statement and an affirmative statement that the firm can meet USAID's nationality and source regulations must also be submitted. Copies of interested firm's brochures and annual reports may also be of value in presenting the firm's qualification. If a joint venture seeks prequalifications, qualification information must be supplied with respect to all firms in the joint venture. Firm's data will be verified. It is anticipated that the successful bidder(s) will sign a fixed price host country contract(s) with NOPWASD to provide construction services subject to availability of funds. Interested bidders must request a copy of the Prequalification questionnaire and additional information in writing from the following address: Mr. Robert Hurdle, Camp Dresser & McKee International, Inc. (CDM), 10 Cambridge Center, Cambridge MA, 02142. Telefaxed requests to (617) 577-7504 will be accepted. Telephone requests will not be considered. Due date for submittal of the completed questionnairewill be specified in the Prequalification Questionnaire. Additional information submitted after that date may be rejected. NOPWASD will establish a short list of qualified bidders who will be permitted to submit bids for the contract(s). The Invitation For Bids (IFB) is expected to be available for distribution to qualified firms approximately in March 1997. Bidders will be allowed sixty days from the date of issuance of the IFB to prepare and submit their bids. Mobilization of the first contractor is expected in October 97 and the overall project completion should be in October 2001. The Government of the Arab Republic of Egypt and the Agency for International Development encourage and welcome in this activity the participation to the fullest extent possible, of minorities and women both as individuals and as members of contracting or sub-contracting firms. In this respect, it is anticipated that the prime contractor will make every practicable use of such personnel and firms. "This CBD notice can be viewedand downloaded using the Agency Gopher. The Gopher address is GOPHER.INFO.USAID.GOV. Select USAID Procurement and Business Opportunities from the Gopher menu. Logon on using the user identification of "anonymous" and the password is your e-mail address. It is the responsibility of the recipient of this announcement to ensure that it has been received from the INTERNET in its entirety and USAID bears no responsibility for data errors resulting from transmission or conversion processes." (0358)

Loren Data Corp. http://www.ld.com (SYN# 0124 19961226\Y-0013.SOL)


Y - Construction of Structures and Facilities Index Page