Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2008 FBO #2295
MODIFICATION

R -- RFP Growth with Equity in Mindanao-3

Notice Date
3/14/2007
 
Notice Type
Modification
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Agency for International Development, Overseas Missions, Philippines USAID-Manila, Amer Emb/Manila USAID #8115, APO, AP, 96440, UNITED STATES
 
ZIP Code
96440
 
Solicitation Number
492-07-002
 
Response Due
4/27/2007
 
Point of Contact
Ma. Belinda De La Torre, Senior Acquisition Specialist, Phone (63)(2) 552-9927, Fax (63)(2) 552-9899; (63)(2) 552-9999, - Ma. Belinda De La Torre, Senior Acquisition Specialist, Phone (63)(2) 552-9927, Fax (63)(2) 552-9899; (63)(2) 552-9999
 
E-Mail Address
mdela@usaid.gov, mdela@usaid.gov
 
Description
Issuance Date: March 7, 2007 Closing Date: April 27, 2007 Closing Time: 3:00 PM, Manila Time To : Potential Offerors Subject : Request for Proposal (RFP) No. 492-07-002 Growth with Equity in Mindanao 3 Project (GEM 3) The United States Government, represented by the U.S. Agency for International Development (USAID) Mission in the Philippines requests proposals from organizations qualified to provide/perform engineering, construction management, administrative, and professional services as necessary to accomplish the work described in Section C. of this solicitation. In general the, the Prime Contractor will be responsible for the construction in Mindanao of Barangay (village-level) Infrastructure Projects (BIPS) with construction costs between $5,000 and $50,000 and Regional Impact Projects (RIPS) with construction costs exceeding $50,000 up to $4,000,000. Local sources that are physically located in the Philippines and authorized (i.e. registered and licensed) to do construction work in the Philippines will be contracted by the prime contractor to perform the construction work specified in this solicitation. Project design work for BIPS is expected to be carried out internally by the Prime?s staff. Except in rate circumstances, project design work for RIPS is expected to be subcontracted to local architect-engineering (A&E) firms. The prime contractor will assure the design and construction of the infrastructure projects. To successfully carry out the requirements of the Scope of Work besides construction management services, the Prime Contractor shall be responsible for business development, workforce preparation, governance and support activities. It is anticipated a five-year, Cost-Plus-Fixed Fee (CPFF) completion-type prime contract will be awarded as a result of this solicitation. The magnitude of the basic contract is between $125,000,000 and $145,000,000 and between $12,000,000 and $16,000,000 for the optional component. Revealing the budgetary magnitudes for the contract and option does not mean that offerors should necessarily strive to meet the maximum amounts. The most cost effective approach for achieving the results is encouraged and award will be made to the offeror whose proposal offers the best value to the Government considering technical and cost factors (see Section M of this solicitation). This Solicitation is being issued for full and open competition, under which any type organization, large or small commercial (for profit) firms, educational institutions, non-profit organizations, are eligible to compete. All participating organizations involved in providing/performing the required services as a prime contractor, must be of USAID Geographic Code 000 (United States) nationality. For subcontractors, the authorized geographic code is the Host Country and Geographic Code 000 pursuant to the requirements of 22 CFR 228. USAID encourages participation to the maximum extent possible of small business concerns, including small disadvantaged and women-owned concerns in this project as the prime contractor or in the role of a subcontractor in accordance with FAR Part 19. Also if the offeror (Prime Contractor) is not a small business, small disadvantaged or women-owned small business, a subcontracting plan must be submitted as part of the offeror?s cost proposal. The competitive proposal method of solicitation, as set forth in FAR Part 15 will be used for this procurement. The RFP contains clauses incorporated by refe NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/AID/OM/PHI/492-07-002/listing.html)
 
Record
SN01527626-F 20080309/080307231627 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.