COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2, 2001 PSA #2906
SOLICITATIONS
Y -- CONSTRUCTION OF THREE 220KV SUBSTATIONS AT FAYOUM WEST, QUESNA, AND SIDI SALAM
- Notice Date
- July 31, 2001
- Contracting Office
- Egyptian Electricity Authority Holding Company, Ramses Street Extension, Abbassia-Cairo, Arab Republic of Egypt
- ZIP Code
- 00000
- Solicitation Number
- N/A
- Point of Contact
- Mr. Richard Muller, Project Manager, 220kV Substations Project, Power Sector Support Group (PSSG), Gilbert/Commonwealth Inc, c/o Parsons Energy and Chemicals Group Inc., 2675 Morgantown Road, Reading, PA 19607. Tel: (610)855-2183, Fax: (610)855-2601, E-mail: richard.r.muller@parsons.com
- E-Mail Address
- http://www.usaid.gov (richard.r.muller@parsons.com)
- Description
- The Egyptian Electricity Holding Company (EEHC), is an Egyptian joint stock company. On behalf of the EEHC, its consultant, PSSG, invites expressions of interest and submission of prequalification information, for the purpose of short-listing, from U.S. firms only who can qualify through experience with projects of similar scope and magnitude, for Design/Build (D/B) services, for the construction of up to three (3) outdoor conventional type 220 kilovolt substations, anticipated to be located at Fayoum West, Quesna, and Sidi Salam. Fayoum West will be part of the EEHC Upper Egypt High Voltage Sector, and will be located approximately 115km west of Cairo, near Fayoum City. Quesna will be part of the EEHC Northern High Voltage Sector, and will be located approximately 50km north of Cairo, in the Mubarak Industrial Area of Quesna City. Sidi Salam will also be part of the EEHC Northern High Voltage Sector, and will be located approximately 200km northeast of Cairo, 30km outside Kafr El Sheikh City. The anticipated scope of the works for each site shall include, but not necessarily be limited Tto, engineering, design, manufacture, supply, installation, testing, training and commissioning for the following: (1)Two 220/66/11 kV, 125 MVA power transformers; (2) 220kV switchyard equipment including all required breakers and switches; (3) 220kV Instrument transformers and surge arresters; (4) All required structures and foundations; (5) 220kV buswork; (6) Required site ancillary systems, wire mesh fencing, roads, and outdoor lighting for the 220 kV portions of these substations; (7) Grounding, raceway and conduit for the 220 KV portions of these substations (8) Fire-fighting, deluge systems, and elevated water tanks; The fire fighting systems will include the 125 MVA and 25 MVA transformers (25MVA transformers provided by others). (9) Control house containing HVAC, security and fire alarm systems; operations offices and spaces; kitchen and washroom facilities, storage space and central control facilities; for the entire substation. (10) 220kV metering panels; (11) AC/DC main switcEh board, batteries and chargers for the entire substation; (12) 220kV control and relaying panels; (13) All relay communications terminals including the fiber optic remote ends of all outgoing lines. (Note: OPGW will be by EEHC.) Each substation is anticipated to be a double-bus single breaker arrangement, with three transformer bays (including 1 spare), and approximately six overhead line bays ( including 2 spare) and bus coupler bay. Provision of two substations shall be included in the base scope of the contract, with the third substation to be provided at the sole option of the Owner. The 66/11kV portions of the substations shall be provided and installed by others. Anticipated construction period is 17 months from the date of Effective Date of Contract. EEHC contemplates awarding a fixed-price, Design/Build (D/B) contract (HCC) to the responsible bidder whose bid is responsive to the solicitation requirements, and provides the lowest total evaluated price. Financing of thits project 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.263-0224. Local currency payments will be made in Egyptian Pounds by EEHC. USAID has certain approval rights, including approval of Firms selected for prequalification, approval of Firms selected to provide Design/Build (D/B) construction services for the Project, and approval of the actual contract. However, USAID will not be a party to the resulting contract, and its approval rights are not to be construed in any case as making USAID a party to the contract. Firms will be evaluated in accordance with the evaluation criteria found in the Prequalification Questionnaire (PQQ). Firms must comply with USAID source, origin and nationality requirements and USAID geographic code 000 as set forth in Title 22 of the Code of Federal Regulations, part 228 (22 CFR Part 228), and musth demonstrate that they posses the management performance and workload capability, technical expertise, and financial resources necessary to complete the Project as stipulated and explained in the PQQ. Participation of combinations of firms is acceptable, provided that it is in the form of a single firm as a prime contractor with subcontracts, or a legally organized partnership that has been in existence for at least three years prior to submission of the PQQ information for the Project. Firms seeking prequalification are required to submit full information, as explained in the PQQ, on subcontractors that it is contemplating using under this contract. EEHC has contracted with the Power Sector Support Group (PSSG), a Joint Venture of Gilbert/Commonwealth Inc, (G/C) and Pennsylvania Power and Light Co. (PP&L) as their consulting engineers (Owner's Engineer) to assist in the procurement and supervision of the Project. The PQQ and additional information will be made available by written requests (facsimile and e-mail requests are acceptable) from PSSG, Gilbert/Commonwealth, Inc., c/o Richard R. Muller, Parsons Energy and Chemicals Group Inc., 2675 Morgantown Road, Reading, PA 19607, Tel: (610) 855-2183, Fax: (610) 855-2601, email: , 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. Late submissions will not be considered. After evaluation of information is completed, EEHC will notify in writing all firms submitting pre-qualification information 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 USAID Web Site. The World Wide Web address is . Select Business and Procurement from the home page, then select USAID Procurements and then commerce business daily (CBD). Receipt of this CBD 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. 20010802/YSOL008.HTM (W-212 SN50T4Q5)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on July 31, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|