|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1995 PSA#1444The U.S. Agency for International Development, USAID/EGYPT, Directorate
of Procurement (D/PROC), Unit 64902, APO AE 09839- 4902 R -- MANAGEMENT AND TECHNICAL ASSISTANCE FOR THE CAIRO AIR IMPROVEMENT
PROJECT (CAIP) SOL RFP No. 263-95-P-074 POC Contact Point: Mr. Leonel
Pizarro, Contracting Officer, USAID/Egypt, Tel. No.
011-20-2-357-3257/8, Telefax No. 011-20-2- 356-2932 The United States
Agency for International Development (USAID/Egypt) is seekings
proposals from interested U.S. experienced consulting firms, consortium
or joint ventures to serve as a prime contractor to provide overall
program management, selected technical assistance and subcontractor
procurement and management to complete activities under the Cairo Air
Improvement Project (CAIP). The prime contractor will provide a core
team of long-term Technical Assistance (TA), including U.S. and
Egyptian subcontractors, as well as a mechanism through which
additional long-and-short-term TA can be accessed to carry out studies,
assessments, monitoring, training or other activities as needed. The
CAIP is a seven year, $60 million (estimated) umbrella project that
will support a range of activities directed toward the improvement of
air quality in the Cairo area. It will be a focal point in USAID's
efforts to achieve its environmental strategic objectives of reduced
generation of industrial/commercial pollution. The CAIP consists of six
components: (a) Lead Smelter Improvement- to reduce emissions through
improved process and control; (b) Vehicle Emissions Testing and Tune-Up
(VETT)- to develop a vehicle emissions inspection and maintenance
network across Cairo; (c) Compressed Natural Gas (CNG) for Buses- a
pilot project to convert part of two municipal bus fleets to CNG; (d)
Monitoring and Analysis- to measure and evaluate the impact of
CAIP-related interventions and to conduct studies to guide planing for,
and otherwise support, expanded CAIP activities; (e) Public Awareness-
to identify the most effective messages and media for information
dissemination on each CAIP component and to initiate appropriate
environmental awareness and protection campaigns; and (f) New
initiatives- to be defined and implemented over the life of the
project. The prime contractor will be responsible for in-house
completion of the Monitoring and Analysis and Public Awareness
components. Due to great diversity of capabilitis required, early in
the CAIP, the prime contractor must implement procurement processes and
subcontracts for completion of the other three components. Services
shall be provided via a cost reimbursement-plus-fixed-fee USAID Direct
Contract. The contract will be awarded initially for 5 years with an
optional one additional year. The proposed contract listed here will be
awarded under full and open competition. To help identify potential
subcontractors, a list of all organizations requesting a copy of the
RFP will be sent with each RFP document. By providing the list, USAID
does not endorse the listed organizations as being capable of carrying
out the activity, nor does USAID verify the claimed status of the
organizations. Necessarily, the list will contain the names of only
those organizations known prior to the issuance of the RFP document.
Additionally, USAID/Cairo will provide a sanitized version of the CAIP
Project Paper, including technical annexes, will be available
electronically to offerors. Potential subcontractors to the prime
contract are encouraged to obtain the RFP and supporting material as
background for later preparation of subcontracting proposals. The RFP
is expected to be released on or about November 20, 1995. The period
for submission of proposals is anticipated to be 45 days after issuance
of the RFP. Interested offerors must request a copy of the RFP in
writing from Leonel Pizarro, Contracting Officer, USAID/Cairo, Unit
64902, APO, AE 09839-4902 or at USAID/Cairo, Directorate of
Procurement, 106 Kasr El Aini Street, Cairo Center Bldg., 6th Floor,
Cairo, Egypt. Telefax requests to 011-20-2-356- 2932 will be accepted.
Telephone requests will not be considered. When writing, calling or
faxing, be prepared to state name, address, and solicitation number.
All Responsible sources may submit an offer which will be considered.
If a joint venture seeks proposal, information must be supplied with
respect to all firms in the joint venture. 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 efort
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. This CBD
notice can be viewed and downloaded using the Agency Gopher. The RFP,
once issued, can be downloaded from the Agency Gopher. The Gopher
address is GOPHER.INFO.USAID.GOV. Select USAID Procurement and Business
Opportunities from the Gopher menu. The RFP text can be downloaded via
Anonymous File Transfer Protocol (FTP). The FTP address is
FTP.INFO.USAID.GOV. Logon on using the user identification of
''anonymous'' and the password is your e-mail address. Look under the
following directory for the RFP: pub/OP/RFP/26395P074/26395p074.rfp.
Receipt of this RFP through INTERNET must be confirmed by written
notification to the contact person noted above. It is the
responsibility of the recipient of this solicitation document 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. (0272) Loren Data Corp. http://www.ld.com (SYN# 0068 19951002\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|