|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1998 PSA#2056United States Agency for International Development, USAID/Egypt,
Directorate of Procurement, (D/PRO), 6th Floor, Unit 64902, APO AE
09839-4902 C -- PREQUALIFICATION QUESTIONNAIRE -- CONSULTING ENGINEERING SERVICES
FOR THE DEVELOPMENT OF THE WATER MASTER PLAN FOR ALEXANDRIA WATER
GENERAL AUTHORITY (AWGA), UNDER USAID GRANT NO. 263-0270.02 SOL
263-98-P-018 POC Contact Point: Mr. James C. Athanas, Contracting
Officer, USAID/Egypt, Tel: 011-20-2-357-3257/8, Fax: 011-20-2-356-2932,
E-mail: jathanas@usaid.gov The U.S. Agency for International
Development Mission to Egypt invites submission of prequlification
questionnaires, for the purpose of shortlisting, from U.S. (only)
consulting engineering firms. A 20-year comprehensive master plan to
guide The Alexandria Water General Authority (AWGA) in planning for
future potable water needs in Alexandria, Egypt is the objective. The
contractor shall undertake any necessary studies and data collection
and analyses activities to enable updating of the 1978 water master
plan for Alexandria. The contractor shall be required to: a) Provide an
integrated description and evaluation of the present status of water
supply, treatment and distribution systems in AWGA s service area,
including assessment of AWGA's current operation and maintenance
capabilities; b) determine those facilities considered to be of the
most critical importance to the immediate service improvement; c)
evaluate the existing raw water supply facilities, determine the extent
of current deficiencies, assess future needs and identify short-term
and long-term improvement programs; d) evaluate existing conditions,
make recommendations, and develop a plan for the implementation of
approved water improvement programs in the poor neighborhoods of
Alexandria; e) prepare a long-term strategic plan and affordable first
stage investment program for AWGA to meet its estimated needs for the
adequate provision of water supply services; f)Prepare a feasibility
study of the First Stage Facilities Improvement and Expansion Program;
g) conduct an initial environmental examination to identify
potentially adverse environmental impacts resulting from the
implementation of the proposed water supply improvements and suggest
mitigating measures; h) develop maps, a GIS system, and a hydraulic
model of the water system in Alexandria; i) conduct a study and make
recommendations relative to the possibility of developing opportunities
for private sector participation in water supply services now provided
by AWGA. A cost plus fixed fee, completion type contract is
contemplated to be awarded. The expected duration of the contract is
eighteen months. Issuance of this request does not constitute an award
commitment on the part of the Government nor does it commit the
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 nationality and source regulations.
Consulting engineering firms are expected to demonstrate the following,
which will be used for evaluating firm qualifications: (A) Applicable
international experience and capability to provide the required
experienced personnel to implement the work, (B) Organizational
capacity and financial resources, (C) Similar services and work
experience. Experience in the Middle East and/or Egypt and/or similar
developing country environment is desirable. USAID requests that
interested consulting engineering firms submit six copies of completed
US government standard form (SF) 254, Architect-Engineer (A-E) and
related services questionnaire and (SF) 255 (A-E) and related services
questionnaire for specific projects. It is anticipated that the
selected consultant will sign a contract with USAID to provide services
subject to the availability of funds. The firm's current financial
statement and 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 report may also be of value in
presenting the firms qualification. If joint ventures seek
prequalification, information must be supplied for all firms in the
venture. Consultant's data will be verified. The completed
prequalification information and related statements must be received no
later than close of business (Cairo time) April 29, 1998, at the
following address. Additional information submitted after that date may
be rejected by USAID. Submit prequalification forms to the following
address: Mr. James C. Athanas, Contracting Officer, Office of
Procurement, United States Agency for International Development,
USAID/Egypt, Cairo Center Building, Sixth Floor, 106 Kasr El Aini
Street, Cairo, Egypt. If sent by U.S. mail: Office of Procurement, Unit
64902, APO AE 09839-4902. No RFP will be issued. Consulting engineering
firms will be evaluated in accordance with the evaluation criteria
found in the AID Acquisition Regulations, Part 736.602-3 (B): (1)
Specialized experience of the firm (including each member of joint
venture or association) with the type of service required; (2) Capacity
of the firm to perform the work (including any specialized services)
within the time limitations; (3) Past record of performance on
contracts with AID or other Government agencies and private industry
with respect to such factors as control of costs, quality of work, and
ability to meet schedules, to the extent such information is
available; (4) Ability to assign adequate number of qualified key
personnel from the organization, including a competent supervising
representative having considerable experience in responsible positions
on work of a similar nature; (5) The positions of the work the
architect-engineer is able to perform with its own forces when
required; (6) Ability of the architect-engineer to furnish or to obtain
required materials and equipment; (7) Familiarity with the locality
where the project is situated; (8) Financial capacity; (9)
Responsibility of the architect-engineer under standards provided in
FAR 9.1; and (10) Volume of work previously awarded to the firm by the
Agency. USAID will establish a short list of at least three qualified
firms as per FAR part 36.602-3(C). USAID will provide the draft
statement of work, a list of questions to be addressed and evaluation
criteria to the short listed firms for purposes of holding discussions.
After the final selection of the most qualified firm or joint venture
to perform the work, USAID will request a cost proposal from, and will
negotiate with, this top ranked firm or joint venture. If a
satisfactory contract cannot be concluded, USAID may negotiate with the
next ranked firm or joint venture." The preferred method of
distribution of USAID procurement information is via the Internet. This
CBD notice can viewed and downloaded using the Agency Web Site. The
Worldwide Web address is http://ww.info.usaid.gov. Select "Business and
Procurement Opportunities" from the home page, then "USAID
Procurements." On the following screen, select "Browse Current CBD
Notices, Procurement Information Bulletins & PSC Announcements." It is
the responsibility of the recipient of this notice to ensure that it
has been received from Internet in its entirety and USAID bears no
responsibility for data errors resulting from transmission or
conversion processes. 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 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 effort to identify and, make
maximum practicable use of such concerns. All other selection
evaluation criteria being found equal, the participation of such
concerns may become a determining factor for selection. (0077) Loren Data Corp. http://www.ld.com (SYN# 0021 19980320\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|