|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1998 PSA#2014U.S. Agency for International Development, USAID/Egypt, Directorate of
Procurement (D/PROC), 6th Floor, Unit 64902, APO AE 09839-4902 C -- PREQUALIFICATION QUESTIONNAIRE -- CONSULTING ENGINEERING SERVICES
FOR THE MIDDLE EGYPT INSTITUTIONAL STRENGTHENING UNDER THE EGYPT
UTILITY MANAGEMENT (EUM), RP NO: 263-0270 SOL RFP 263-98-P-012 POC
Contact Point: Mr. William Reynolds, Contracting Officer, USAID/Egypt,
Tel: 011-20-2-357-3257/58, Fax: 011-20-2-356-2932, E-mail address:
wireynolds@usaid.gov The U.S. Agency for International Development
Mission to Egypt (USAID/Egypt) invites expressions of interest and
submission of prequalification questionnaires, for the purpose of
shortlisting from U.S. (only) consulting engineering firms to prepare
a 20-year master plans to guide water and wastewater development in the
three Egyptian governorates of Fayoum, Beni Suef, and Minia. The scope
of work includes the following for each governorate: Task A: Existing
Conditions -- complete description and evaluation of the present
status of water supply, sanitation, and wastewater collection and
treatment services, systems and facilities, including the facilities'
physical condition and O&M capabilities. Task B -- Identification of
High Priority Projects -- within six month, determine and report on
facilities which are critical to the immediate improvement of services,
within the criteria established in the scope of work. Task C: Long-Term
Strategic Plan -- prepare a twenty (20) year (through GOEFY 2022)
strategic plan for the least-cost solution for the future development
of water supply, sanitation, and wastewater collection and treatment
facilities. Task D: First Stage Investment Program -- Develop a least
cost, priority and affordable first stage investment program to meet
the estimated needs GOE FY 2007 for the adequate provision of water
supply, sanitation, and wastewater collection and treatment facilities.
Task E: Implementation Plan -including the required investment and O&M
cost for the first stage investment program. Task F: Environmental
Review -- to identify and mitigate potentiality adverse environmental
impacts from the proposed projects. Task G: Privatization -- Study and
make recommendations for developing opportunities for private sector
participation in this sector. Task H: Construction
Management-Design/Build Services Option -- USAID/Cairo may also wish to
exercise an option for the Master Plan Contractor to manage a
design/build process or complete engineering designs and supervise
construction activities under host country contracts. A cost plus fixed
fee, completion type of contract is contemplated to be awarded. The
expected duration of the contract is fifteen months. Issuance of this
request does not constitute an award commitment on the part of the
Government nor does it commit the Government to pay for costs incurred
in the preparation or submission of any information. It is a
requirement that the firms must comply with USAID geographic code 000
(USA) for nationality and source regulations. Consulting engineering
firms are expected to demonstrate the following, which will be used for
evaluating firms' qualifications: (A) Applicable international
experience and capability to provide the required experienced personnel
to implement the work, (B) Organizational capacity and financial
resources, (C) Similar services and work experience. Experience in the
Middle East and/or Egypt and/or similar developing country environment
is desirable. USAID requests that interested consulting engineering
firms should submit six copies of completed US government standard
forms SF 254, Architect-Engineer (A-E) and related services
questionnaire and SF 255 A-E and related services questionnaire for
specific projects. It is anticipated that the selected consultant will
sign a contract with USAID to provide services subject to the
availability of funds. The firm's current financial statement and
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 report may also be of value in presenting the
firm's qualification. If joint ventures seek prequalification,
information must be submitted for all firms in the venture.
Consultant's data will be verified. The completed prequalification
information and related statements must be received no later than March
15, 1998, close of business, Cairo time. Additional information
submitted after that date may be rejected by USAID. Submit
prequalification forms to the following address: Mr. William Reynolds,
Contracting Officer, Office of Procurement, United States Agency for
International Development, USAID/Egypt, Cairo Center Building, Sixth
Floor, 106 Kasr El Aini Street, Cairo, Egypt. If sent by U.S. mail:
Office of Procurement, Unit 64902, APO AE 09839-4902. No RFP will be
issued. Consulting engineering firms will be evaluated in accordance
with the evaluation criteria found in the AID Acquisition Regulations,
Part 736.602-3 (B), using the following point system for assigning
their relative weights: (1) Specialized experience of the firm
(including each member of joint venture or association) with the type
of service required -- 25 points; (2) Capacity of the firm to perform
the work (including any specialized services) within the time
limitations -- 5 points; (3) Past record of performance on contracts
with AID or other Government agencies and private industry with respect
to such factors as control of costs, quality of work, and ability to
meet schedules, to the extent such information is available -- 10
points; (4) Ability to assign adequate number of qualified key
personnel from the organization, including a competent supervising
representative with experience of a similar nature -- 25 points; (5)
The positions of the architect-engineer should have the ability to
perform with its own forces when required -- 5 points; (6) Ability of
the architect-engineer to furnish or to obtain required materials and
equipment -- 5 points; (7) If the geographical or topographical aspects
of the project are deemed vital, familiarity with the locality where
the project is situated -- 10 points; (8) financial capacity -- 5
points; (9) Responsibility of the architect-engineer under standards
provided in FAR 9.1 No contract may be awarded to a contractor that
does not meet these standards -- 5 points; and (10) Volume of work
previously awarded to the firm by the Agency, with the object of
effecting an equitable distribution of architect-engineering contracts
among qualified firms -- 5 points. "The preferred method of
distribution of USAID procurement information is via the Internet. This
CBD notice can be viewed and downloaded using the Agency Web Site. The
Worldwide Web address is http://ww.info.usaid.gov. Select Business and
Procurement Opportunities from the home page, then USAID Procurements."
On the following screen, select "Browse Current CBD Notices,
Procurement Information Bulletins & PSC Announcements". It is the
responsibility of the recipient of this notice to ensure that it has
been received from INTERNET in its entirety and USAID bears no
responsibility for data errors resulting from transmission or
conversion processes." The U.S. Agency for International Development
(USAID) 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 Federal
Acquisition Regulation. In this respect, it is anticipated that the
prime contractor will make every reasonable effort to identify and make
maximum practicable use of such concerns. All other evaluation criteria
being found equal, the participation of such concerns may become a
determining factor for selection. (0015) Loren Data Corp. http://www.ld.com (SYN# 0016 19980120\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|