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
|
|
|