Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1998 PSA#2014

U.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