Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657

United States Agency for International Development, USAID/Egypt, Office of Procurement, USAID -- Unit 64902, APO AE 09839-4902

C -- PREQUALIFICATION QUESTIONNAIRE, SHORT-LISTING FOR CONSTRUCTION MANAGEMENT CONTRACT SOL RFP No. 263-00-P-028 DUE 091700 POC Celeste Fulgham, Contracting Officer; USAID/PROC; Unit 64902; APO AE 09839-4902; E-mail address: cfulgham@usaid.gov, Fax: 011-20-2-516-4739 WEB: http://www.info.usaid.gov/procurement_bus_opp/procurement/announce/cbd, http://www.info.usaid.gov. E-MAIL: http://www.info.usaid.gov, cfulgham@usaid.gov. The United States Agency for International Development's Mission in Egypt invites expressions of interest and submission of pre-qualification questionnaires from US consulting engineering firms who can demonstrate extensive experience and capability, for the purpose of shortlisting. Firms must be able to demonstrate extensive experience and capability in wastewater treatment and disposal facilities for large metropolitan areas in developing countries. Objectives of this consultancy shall include the following: to manage and oversee the successful completion of an ongoing Design/Build Host Country construction contract, to manage the start-up and testing of the facilities, to handle contract close-out and to resolve all incomplete issues during the warranty period. The engineering firm selected will become the Owner's (USAID's) Engineer and Construction Management Consultant (CMC) for the expansion of wastewater facilities serving the Governorate of Alexandria, Egypt. The engineering consultant will assist the Alexandria General Organization for Sanitary Drainage (AGOSD), located in Alexandria, Egypt. AGOSD is currently operating twoI new primary wastewater treatment plants with a capacity of 585 MLD and a new mechanical sludge dewatering and disposal facility. AGOSD will make available information required to inform the selected consultant about the preliminary (30-40%) design and the environmental assessment. The consultant shall work closely with an AGOSD project team on an ongoing Host Country Design/Build contract. The CMC shall also be responsible for construction management of the Host Country contractor's construction activities, quality assurance, coordination of any development TA for AGOSD, training of AGOSD engineers in resident engineering and claims management, and claims assistance. USAID will finance the US dollar costs and local currency costs for this contract. A cost plus fixed fee completion type of USAID-direct contract is anticipated. The expected duration of the contract is two years with a possibility of a contract extension, if necessary, to complete all construction and contract close out activi ties. Issuance of this request does not constitute an award commitment on the part of the US Government nor does it commit the US 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 Source/Origin/Nationality per 22CFR228. Consulting engineering firms will be evaluated in accordance with the evaluation criteria found in the AID Acquisition Regulations, Part 736.602-3(b) and their assigned relative weights as follows: (1) Specialized experience of the firm with the type of service required (15%), (2) Capacity of the firm to perform the work within the time limitations (10%), (3)Past record of performance on contracts with USAID or other Government agencies and private industry with respect to such factors as control of costs, quality of work, and ability to meet schedules (20%), (4)Ability to assign an adequate number of qualified key personnel from the organization, incl uding a competent supervising representative having considerable experience in responsible positions on work of a similar nature (15%), (5) The portions of the work the architect-engineer is able to perform with its own forces when required (5%), (6) Ability of the architect-engineer to furnish or to obtain required materials and equipment (5%), (7) Familiarity with the locality where the project is situated (15%),(8) Financial capacity (10%), (9) Responsibility of the architect-engineer under standards provided in FAR subpart 9.1. (Pass/Fail), (10) Volume of work previously awarded to the firm by the USAID, with the object of effecting an equitable distribution of architect-engineer contracts among qualified firms (5%). USAID will establish a short list of at least three qualified firms as per FAR part 36.602-3 (a). USAID will provide the draft statement of work, a list of questions to be addressed and evaluation criteria to the short-listed firms for holding discussions and/or convening prestentations. After the final selection of the most qualified firm to perform the work is made, USAID will request a cost proposal from, and will negotiate with this top ranked firm. If a satisfactory contract cannot be concluded, USAID shall initiate negotiations with the next highest ranked firm on the final selection list. Consulting engineering firms shall respond to all of the evaluation criteria listed above. USAID requests that interested consulting engineering firms submit six copies of completed US Government standard forms (SF) 254, "ArchitectEngineer (AE) and Related Services Questionnaire" and SF 255, "AE and Related Services Questionnaire for Specific Projects". 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 qualifications. If joint ventures seek prequalifications, informatiuon must be supplied for all firms in the joint venture. Consultant's data will be verified. The completed prequalification information and related statements must be received by September 17, 2000, 4:30 p.m. local Cairo time, at the following address: Ms. Celeste Fulgham, Contracting Officer, Office of Procurement, United States Agency for International Development, Mansour Building, Zahraa El-Maadi, Cairo, Egypt. If sent by U.S. mail: Office of Procurement, Unit 64902, APO AE 09839-4902. Additional information submitted after that date may be rejected by USAID. 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 FAR Part 19. 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 foeund equal, the participation of such concerns may become a determining factor for selection. The resultant award from this request will be a contract for services currently provided by Metcalf & Eddy Inc. of Wakefield, Massachusetts. The incumbent is not precluded from participating in this competition. USAID anticipates the current contract will remain in effect until the end of April, 2001. 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://www.info.usaid.gov. Select "Business and Procurement" from the home page, then "USAID Procurements." On the following screen, select "CBD Notices." It is the responsibility of the recipient of this notice to ensure that it has been received from the Internet in its entirety. USAID bears no responsibility for data errors resulting from transmission or conversion processes.***** Posted 08/02/00 (W-SN481108). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0025 20000804\C-0006.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on August 2, 2000 by Loren Data Corp. -- info@ld.com