COMMERCE BUSINESS DAILY ISSUE OF MAY 2, 2001 PSA #2842
SOLICITATIONS
Y -- DESIGN/BUILD EXPANSION AND MODIFICATION OF WATER TREATMENT, PUMPING AND SUPPORT FACILITIES
- Notice Date
- April 30, 2001
- Contracting Office
- Chairman, Minia Economic General Authority for Water and Sanitation, C/O Harza Engineering Company, Inc., Building 44, Road 81, Saragat El Maadi, Postal Code #11431, Cairo, Arab Republic of Egypt
- ZIP Code
- 00000
- Solicitation Number
- N/A
- Point of Contact
- Jeffrey E. Hendrich, Chief of Party, Harza Engineering Company, Inc., Building 44, Road 81, Sarayat El Maadi, Postal Code # 11431, Caairo, Arab Republic of Egypt, Tel. No.(In Egypt)+(202)359-2586, Fax No.+(202)750-9132, E-mail: jhendrich@harza.com
- E-Mail Address
- http://www.usaid.gov (jhendrich@harza.com)
- Description
- The Minia Economic General Authority for Water and Sanitation (MEGAWS), the Beni Suef Economic General Authority for Water and Sanitation (BEGAWS), and the Fayoum Economic General Authority for Water and Sanitation (FEGAWS) (collectively referred to as "the Middle Egypt Governorates"), invite the submission of prequalification information from eligible United States (U.S.) firms who can qualify through demonstrated experience of completing projects of similar scope and magnitude for the design and build (D/B) construction services in the Middle Egypt Governorates (the "Project"). The Project will be implemented under the United States Agency for International Development's (USAID's) Egypt Utilities Management Grant No. 263-0270, Middle Egypt Component (263.0270.1). It is expected that Middle Egypt Governorates will be represented by MEGAWS (the "Employer") for the Project, who, acting on its own behalf and as the duly authorized representative of FEGAWS and BEGAWS, will enter into a contract with a prequalified U.S. firm for the D/B construction services for the Project. The Works ("Works" shall mean the Permanent, Temporary, Basic and Complementary Works) to be included in the D/B construction services contract for the Project, may include, but is not limited to the following engineering design and construction services, and all associated labor, materials, equipment, mobilization and other work required for the proper execution, testing, and operation of the facilities: Minia Governorate: Minia City Water Treatment Plant Expansion includes expanding the existing plant by an additional 330 liters per second utilizing a conventional surface water treatment method. Minia City Water Distribution Improvements includes installing about 5,000 meters of potable water piping of varying diameters. Minia City Wastewater Pumping Station/Force Main Improvements includes: a) Upgrading one existing pump station and construction of two new pump station with flow rates of about 900 and 180 liters per second and, b) Installing four new force mains to connect various pump stations. Village of Beni Ibayd Wastewater Collection System (the Village of Beni Ibayd is 21 Km from the Minia City) includes constructing: a) a local sewage collection system, b) a village pumping station sized at approximately 200 liters per second, and c) about 3,300 meters of force main. Village of Sultan Water Treatment Plant (the Village of Sultan is about 8 Km from Minia City) includes: a) constructing a 30 liters per second slow sand filter water treatment plant and b) installing about 2,500 meters of water transmission main. Beni Suef Governorate: Beni Suef City Water Treatment Plant Expansion includes expanding the existing plant by an additional 330 liters per second utilizing a conventional surface water treatment method. Beni Suef City WWTP includes rehabilitating the existing components and construction of new 50,000 cubic meters per day secondary wastewater treatment plant. Fayoum Governorate: Old Kohafa WWTP serving Fayoum City includes constructing a new 60,000 cubic meters per day secondary wastewater treatment plant. Complementary Work: Operation and Maintenance Assistance consisting of the onsite training of permanent staff assigned to operate the facilities for an initial operations period. Preparation of Operations and Maintenance Manuals containing detailed information on the operation, control, and maintenance of the facilities. Development of a Computerized Inventory System to control and manage the spare parts, tools, chemicals, maintenance materials, and supplies required for systems operation. Commissioning (Startup) and provision of startup assistance to the Employer, equipment testing, and process implementation is included. Advise And Assist (Post Startup), Contractor shall provide adequate staff and shall be fully responsible for the complete operation of the Works for an initial Advise and Assist Period. Construction Risk Management Plan to be developed and implemented by the Contractor throughout the period of construction. The above are presented as representative but not exhaustive of the types of works and services which may be required. Any prospective bidder shall be responsible for performing tests, investigations or examinations at the proposed work sites or adjacent to the proposed work site so as to determine the design and construction requirements. The anticipated construction period is 27 months from the expected contract award date in July 2002. The Employer contemplates awarding a fixed-price, Design/Build (D/B), host-country contract (HCC) to the responsible bidder whose bid is responsive to the solicitation requirements and is the lowest in total price. Financing of this contract will be in U.S. dollars and local currency. Payment of the U.S. dollar portion will be made through a USAID Direct Letter of Commitment (D/LCOM) issued directly to the successful bidder under USAID Grant No.263-0270. Local currency payments will be made in Egyptian Pounds by the Employer. Firms will be evaluated for prequalification in accordance with the evaluation criteria found in the Prequalification Questionnaire (PQQ). Firms must comply with USAID source, origin and nationality requirements as set forth in Title 22 of the Code of Federal Regulations, part 228 (22 CFR Part 228), and must demonstrate that they posses the management performance and workload capability, technical expertise, and financial resources necessary to complete this project as stipulated and explained in the Prequalification Questionnaire (PQQ). Firms seeking prequalification are required to submit full information, as explained in the PQQ, on subcontractors that it is contemplating using under this contract. Harza Engineering Company ("Harza"), through its contract with USAID, serves as the Construction Management Consultant (CMC) for the Middle Egypt Component of the USAID EUM Grant No. 263-0270. In this capacity, Harza provides technical assistance to the Middle Egypt Governorates with regard to the preparation of preliminary designs and specifications, preparation of this PQQ, evaluation of PQQ submissions, and assistance in the preparation of solicitation documents, evaluation of tenders, contract award, and contract administration, including service at the Employer's Engineer under the D/B construction services contract for the Project. The PQQ will be made available by written request (facsimile and e-mail requests are acceptable) from Jeffrey E. Hendrich, Chief of Party, Harza Engineering Company, Inc., Building 44, Road 81, Sarayat El Maadi, Postal Code # 11431, Cairo, Arab Republic of Egypt, Tel. No. (in Egypt) +(202) 359-2586, Fax No. + (202) 750-9132, email address jhendrich@harza.com beginning fifteen days after the publication of this notice. Requests for the PQQ documents should include the company name, name of contact person, street address, telephone and fax numbers and email address of the requestor. The deadline for receipt of information will be 45 days after the date of the publication of this notice. Instructions for submittal of information. i.e., exact date of submission, time and place will be provided in the PQQ or cover letter included with the PQQ. Late submissions will not be considered. After evaluation of information is completed, the Employer will notify in writing all firms that submitted prequalification information as to whether or not they are deemed qualified for the project. An Invitation For Bid (IFB) will be issued to prequalified firms. Only prequalified firms will be allowed to submit Bids for the project. 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 World Wide Web address is http://www.usaid.gov. Select Business and Procurement from the home page, and then select USAID Procurements and then select Commerce Business Daily Notices. Receipt of this CBD Notice through the Internet must be confirmed by written notification to the contact person noted above. It is the responsibility of the recipient of this notice 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. The Government of the Arab Republic of Egypt and the U.S. 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.
- Web Link
- http://www.usaid.gov/procurement_bus_opp/procurement/announce/cbd (http://www.usaid.gov)
- Record
- Loren Data Corp. 20010502/YSOL010.HTM (W-120 SN50K6P3)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on April 30, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|