MODIFICATION
R -- Morocco: Electric Power Sector Definitional Mission
- Notice Date
- 6/20/2005
- Notice Type
- Modification
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- United States Trade and Development Agency, USTDA Contracts Office, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
- ZIP Code
- 22209-3901
- Solicitation Number
- USTDA-05-Q-21-285
- Response Due
- 7/15/2005
- Archive Date
- 7/30/2005
- Small Business Set-Aside
- Total Small Business
- Description
- 3.13 STUDY BUDGET (2-3 PAGES) 3.13.1 Study Budget Format The DM Contractor shall provide a detailed budget that is divided into three parts: a line item budget and task breakdown (Annex III), a Task Completion Schedule (Annex IV), and a budget narrative (Annex V). All costs in the budget should be reasonable and allocable to the work being performed, and should support the study TOR. The budget should be supported with sufficient detail to enable USTDA staff or others reviewing the material to understand completely, not only the budgeted amounts, but also the methodology that justifies the budget amounts. The budget should be provided in accordance with the format in Annex III and should include: Labor, budgeted by position title and task for each of the positions on the study team. Positions should be identifiable, with descriptions of the positions and proposed team members included in the proposal. Person-Days should reflect the proposed number of days of work effort proposed for each position for each task. The labor cost shall be derived as set forth in Annex III. The proposed budget may not include fee or profit. Itemization for per diem, transportation, communications, purchased services/contracts, translation of Final Report, and other direct costs. Per diem must be based on U.S. Government rates, which are available on the State Department web site (http://www.state.gov/m/a/als/prdm/). The Task Completion Schedule should list each major task to be performed in support of the study TOR. The duration of each task is to be graphically presented in a bar chart as illustrated in Annex IV. The budget narrative should provide a detailed budget explanation and justification presenting how all costs have been derived in accordance with the sample provided in Annex V. The narrative must include an explanation for every line item. In general, each narrative statement should describe, in as much detail as possible: What the specific item is How the specific item relates to the project How the amount shown in the budget was arithmetically determined 3.14 RECOMMENDATIONS (1-2 PAGES) The Contractor shall provide recommendations as to: 3.14.1 whether or not the project meets USTDA?s basic funding criteria; 3.14.2 the appropriate TOR for the proposed study; 3.14.3 the appropriate budget for the proposed study. 3.14.4 If the recommendation is that USTDA should fund the study, but in a phased approach or only if certain outstanding issues are resolved or conditions met, those phases or conditions should be delineated clearly in the recommendation. 3.15 CONTACTS The Contractor shall submit a list of individuals contacted during the DM, with their addresses, phone and fax numbers, and e-mail addresses. 4 CONTRACTOR INTERIM STATUS REPORTING AND DELIVERABLES The Contractor shall provide verbal updates to the COTR when necessary. The deliverables may also take the form of information, advice, opinions, alternatives, analyses, evaluations, recommendations, interim and final reports, or other oral or written work products needed for successful performance. 5 CONTRACTOR -- DEFINITIONAL MISSION REPORTS The Contractor shall prepare a report to USTDA that addresses all the issues in the Definitional Mission requirements as outlined in Section 3.1 through 3.15. Since this report will be available for public distribution, any sensitive or business proprietary information shall be included in a separate confidential attachment to the report. 5.1 REPORT DRAFT -- COTR APPROVAL The Contractor shall provide the report in draft form to USTDA for COTR review within ten (10) working days after completion of the overseas visit. The report should be clearly marked ?Draft? on the cover. 5.2 REVISED REPORT DRAFT ? COTR APPROVAL Within five (5) working days after receiving the COTR?s comments on the draft report, the Contractor shall submit a revised copy for COTR review. The Contractor shall revise the report as necessary until securing final COTR approval. 5.3 FINAL REPORT ? COTR APPROVAL The final report shall incorporate all mutually agreed upon material and revisions. The report shall include any supporting documentation. It shall be grammatically and factually correct in all respects, internally consistent, and all statements and tables shall be clear and easily understood by a competent reader, and contain no typographical errors. Upon notification from the COTR that the report is considered acceptable, the Contractor shall submit twenty (20) copies, and one (1) unbound original to USTDA. All reports must be paginated and submitted in Microsoft Word on a 3.5-inch disk or on a CD-Rom. The Contractor shall also submit the report to the COTR as an e-mail attachment, and also in Microsoft Word format. 6 PROJECT DESCRIPTIONS AND PROFILE During Country Manager Afas?s recent business development trip to Morocco in April 2005, she met with officials from the Moroccan Office National de l?Electricite (ONE) and the Office Cherifien des Phosphates (OCP) to discuss potential USTDA support for a number of projects within the electric power sector. ONE and OCP have both requested USTDA funding assistance for projects related to their future development plans, including liberalizing the electricity sector, seawater use optimization, recovering hydrokinetic energy at port complexes, upgrading communication line technologies, and improved energy efficiency infrastructure. The electric power sector in Morocco presents excellent opportunities for USTDA to focus on a number of projects that represent developmental priorities for Morocco and have the potential to increase U.S. exports. The DM would focus on expanding USTDA?s role in Morocco?s energy sector, which is one of the MENASA Region?s sector priorities for FY 05, and introducing relevant Moroccan entities to U.S. technologies that could be utilized in modernizing this sector. Office National de l?Electricite ONE is a publicly owned company and it is the principal actor in Morocco?s electricity sector. ONE was solely responsible for electricity generation, transport and distribution until 1995, when it was reorganized with the anticipation of eventually liberalizing the sector. While ONE still dominates, the Government of Morocco (GOM) would like to gradually transform it into the industry regulator as well as a minor producer. At the moment, ONE is the sole distributor of electricity throughout Morocco, with the exception of approximately fifteen cities, which are served by municipal controls or private dealers. ONE currently fulfills the mission of single purchaser in Morocco and power plants sell all of their production to the company, which in turn sells it to residential and industrial clients. ONE requested USTDA support for technical assistance (TA) to help the company reform the electricity sector in Morocco. In particular, this reform is intended to produce: Progressive liberalization of production and marketing activities related to the electric power sector; Nondiscriminatory access (or third party access) to the distribution and grid systems; The enforcement of quality control and efficiency standards for network managers; and The creation of a sector regulator to oversee and manage the responsibilities distributed amongst several government departments. The proposed TA would assist ONE with its internal reorganization and its strategic positioning with the ultimate goal of liberalizing the electricity sector. With the opening of the Moroccan economy, ONE?s private sector customers must become more competitive in order to succeed in international markets. Electricity constitutes an important input for these firms and would support efforts to increase competitiveness. ONE?s objective is to develop and to enrich energy efficiency services to its customers. ONE has requested USTDA funding for a feasibility study on the creation of an energy efficiency service company based on the model of American energy services companies. ONE continues to seek ways to expand its services to meet the needs of its more than twenty million customers, of which 43% are rural. The distribution network, which is used to deliver electricity to households, presents the most appropriate method for distributing telecommunications services. Through Transmission Currents in Line technology (CPL) residential customers would be able to access telecommunications services provided by ONE. CPL is a mode of practical connection for households and Small and Medium Enterprises. ONE has requested assistance to analyze and measure the capacities of ONE?s network, to determine the structure of CPL development and to study the technical and economic viability of launching CPL. Office Cherifien des Phosphates OCP, a state-owned agency formed in 1920, is solely responsible for managing and controlling all aspects of phosphate mining and beneficiation in Morocco. With more than 50% of the world?s known phosphate deposits, phosphate mining and fertilizer production is Morocco?s major industry. The export of phosphates and its derivatives account for more than a quarter of the country?s exports and one-third of the country?s manufacturing sector. The fertilizer production sector is among the largest foreign exchange earners for Morocco and employs more than 30,000 citizens for both skilled and semi-skilled jobs. As such, OCP is the world leader in the phosphate?s market and is Morocco?s largest company (employing approximately 20,000 Moroccans). It is also the world?s number one phosphates exporter, with market share of twenty-eight percent. OCP moved into downstream processing in 1965, converting lower-grade rock to phosphoric acid and fertilizers at its plants along the coast. OCP has requested USTDA assistance with its operations at these plants. The Chemical Complex at the Jorf Lasfar Port in Morocco consists of a main pumping station and a reservation station. Water is pumped from the Atlantic Ocean to cool the chemical complex during phosphate production. As the water is heated up during this process, it is rejected back to the Atlantic Ocean via a restitution canal. The water passes through this canal at 48,000 to 60,000 cm per hour. Energy is created through the heat and velocity released during this process, however it is not captured and is instead lost at sea. OCP has requested USTDA assistance for a feasibility study to design a system to recover the hydrokinetic energy that is currently lost in order to produce electricity from the seawater restitution canal. OCP has also requested assistance related to the Chemical Complex at Safi Port, which consists of three pumping stations and a reservation station. Similar to the operations at Jorf Lasfar, seawater is pumped from the Atlantic Ocean to cool the temperature of the sulphuric and phosphoric acid that is released during the phosphate production process. Although this process is effective, it consumes a lot of energy and is very expensive to maintain. OCP has requested assistance to analyze the existent seawater pumping and distribution network, in order to optimize flows, recover heat from phosphoric acid in the cooling system and reduce global pumping and distribution costs and consequently energy consumption. Annex I IMPACT ON U.S. LABOR STATEMENT The Foreign Operations, Export Financing and Related Programs Appropriations legislation restricts U.S. foreign assistance from being used to provide: (a) any financial incentive to a business enterprise currently located in the United States for the purpose of inducing such an enterprise to relocate outside the United States if such incentive or inducement is likely to reduce the number of employees of such business enterprise in the United States because United States production is being replaced by such enterprise outside the United States; (b) assistance for any project or activity that contributes to the violation of internationally recognized workers rights; and (c) direct assistance for establishing or expanding production of any commodity for export by any country other than the United States, if the commodity is likely to be in surplus on world markets at the time the resulting productive capacity is expected to become operative and if the assistance will cause substantial injury to United States producers of the same, similar, or competing commodity. Annex II USTDA Nationality Requirements The purpose of USTDA's nationality, source, and origin requirements is to assure the maximum practicable participation of American contractors, technology, equipment and materials in the pre-feasibility, feasibility, and implementation stages of a project. USTDA STANDARD RULE (GRANT AGREEMENT STANDARD LANGUAGE): Except as USTDA may otherwise agree, the following provisions shall govern the delivery of goods and services funded by USTDA under this Grant Agreement: (a) for professional services, the Contractor must be either a U.S. firm or U.S. consultant; (b) the Contractor may use U.S. subcontractors without limitation, but the use of subcontractors from host country may not exceed twenty percent (20%) of the USTDA Grant amount and may only be used for specific services from the Terms of Reference identified in the subcontract; (c) employees of U.S. Contractor or U.S. subcontractor firms responsible for professional services shall be U.S. citizens or non-U.S. citizens lawfully admitted for permanent residence in the U.S.; (d) goods purchased for implementation of the Study and associated delivery services (e.g., international transportation and insurance) must have their nationality, source and origin in the United States; and (e) goods and services incidental to Study support (e.g., lodging, food, and transportation) in host country are not subject to the above restrictions. USTDA will make available further details concerning these standards of eligibility upon request. NATIONALITY: 1. Rule Except as USTDA may otherwise agree, the Contractor for USTDA funded activities must be either a U.S. firm or a U.S. consultant. Prime contractors may utilize U.S. subcontractors, but the use of host country subcontractors is limited to 20% of the USTDA grant amount. 2. Application Accordingly, only a U.S. firm or U.S. consultant may submit proposals on USTDA-funded activities. Although those proposals may include subcontracting arrangements with host country firms or individuals for up to 20% of the USTDA grant amount, they may not include subcontracts with third country entities. U.S. firms submitting proposals must ensure that the professional services funded by the USTDA grant, to the extent not subcontracted to host country entities, are supplied by employees of the firm or employees of U.S. subcontractor firms who are U.S. individuals. Interested U.S. firms and consultants who submit proposals must meet USTDA nationality requirements as of the due date for the submission of proposals and, if selected, must continue to meet such requirements throughout the duration of the USTDA-financed activity. These nationality provisions apply to whatever portion of the Terms of Reference is funded with the USTDA grant. 3. Definitions A "U.S. individual" is (a) a U.S. citizen, or (b) a non-U.S. citizen lawfully admitted for permanent residence in the U.S. (a green card holder). A "U.S. consultant" is (a) a U.S. citizen whose principal place of business is in the United States, or (b) a non-U.S. citizen lawfully admitted for permanent residence in the U.S. (a green card holder) whose principal place of business is in the U.S. A "U.S. firm" is a privately owned firm which is incorporated in the U.S., with its principal place of business in the U.S., and which is either (a) more than 50% owned by U.S. individuals, or (b) has been incorporated in the U.S. for more than three (3) years prior to the issuance date of the request for proposals; has performed similar services in the U.S. for that three (3) year period; employs U.S. citizens in more than half of its permanent full-time positions in the U.S.; and has the existing capability in the U.S. to perform the work in question. A partnership, organized in the U.S. with its principal place of business in the U.S., may also qualify as a "U.S. firm" as would a joint venture organized or incorporated in the United States consisting entirely of U.S. firms and/or U.S. individuals. A nonprofit organization, such as an educational institution, foundation, or association may also qualify as a "U.S. firm" if it is incorporated in the United States and managed by a governing body, a majority of whose members are U.S. individuals. SOURCE AND ORIGIN: 1. Rule In addition to the nationality requirement stated above, any goods (e.g., equipment and materials) and services related to their shipment (e.g., international transportation and insurance) funded under the USA Grant Agreement must have their source and origin in the United States, unless USTDA otherwise agrees. However, necessary purchases of goods and project support services which, are unavailable from a U.S. source (e.g., local food, housing and transportation) are eligible without specific USTDA approval. 2. Application Accordingly, the prime contractor must be able to demonstrate that all goods and services purchased in the host country to carry out the Terms of Reference for a USTDA Grant Agreement that were not of U.S. source and origin were unavailable in the United States. 3. Definitions "Source" means the country from which shipment is made. "Origin" means the place of production, through manufacturing, assembly or otherwise. Questions regarding these nationality, source and origin requirements may be addressed to the USTDA Office of General Counsel by calling (703) 875-4357.
- Place of Performance
- Address: Headquarters, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia
- Zip Code: 22209-3901
- Country: USA
- Zip Code: 22209-3901
- Record
- SN00832962-W 20050622/050620212353 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |