MODIFICATION
C -- Project Development, Project Management, Environmental, and General Engineering Consulting Services
- Notice Date
- 11/18/2005
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, DC, 20005
- ZIP Code
- 20005
- Solicitation Number
- MCC-06-RFP-0007
- Response Due
- 12/7/2005
- Archive Date
- 12/22/2005
- Point of Contact
- Sinnammal Souppaya, Contracting Officer, Phone 202.521.3876, Fax 202.521.3702,
- E-Mail Address
-
souppayas@mcc.gov
- Description
- The revised pre-solicitation notice published 11-10-2005 is further revised to the following. The response deadline is unchanged and remains 12-7-2005. However, the time for questions to be received is extended to NO LATER THAN 4:00 P.M. NOVEMBER 25, 2005, addressed to either Paulette Roseboro, Senior Contract Specialist or Ms. Sinnammal Souppaya, Contracting Officer, e-mail: Infrastructure@mcc.gov subject line should state: Infrastructure A-E Services. NO QUESTIONS WILL BE ANSWERED BY TELEPHONE?PLEASE DO NOT CALL. The following changes are made to the Pre-solicitation Notice. (For ease of reading, the Pre-solicitation Notice Revision of 11-10-05 has been updated and entitled ?Pre-solicitation Notice (Revision 2)? and reprinted in entirety under upload Revision 2.) Section 1, ?Contract Information?, delete the second and third paragraphs and replace with the following: The value and ceiling of each contract will be determined based on the sub-sector(s) and competency area(s). The cumulative maximum value of task orders issued will not exceed $20 million per year. The minimum guarantee for EACH CONTRACT AWARDED shall be $2,500 for the contract base period and each option year exercised. Work will be issued by negotiated firm fixed price or time and materials task orders. Performance will be authorized through the competitive award of individual task orders each of which will have a specific scope and period of performance. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Section 1, ?Contract Information?, delete the last paragraph and replace with the following: To be eligible for award, the potential contractor(s) must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. Foreign companies are directed to the Vendor Corner of the CCR, http://www.ccr.gov/vendor.asp, specifically answer under Tips for Companies Located Outside the United States. No RFP will be issued as a result of this notice. Section 3, ?Selection Evaluation Factors and Sub-factors?, the following language is inserted between section ?3 Selection Evaluation Factors and Sub-factors? and sub-section ?3.1 Professional Qualifications?. 3 Selection Evaluation Factors and Sub-factors (Special Notice: Considering multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract awards are anticipated under each of the three (3) focuses (1) infrastructure sub-sector(s), (2) geographic region(s), and (3) competency areas(s), rate negotiations will be conducted with firms ranking as highest qualified firms for each focus. Task Orders will be negotiated with the most preferred firm in accordance with FAR 36.606 after evaluation board review of the IDIQ contractors under the associated focus.) For this pre-solicitation notice evaluations will be conducted under two (2) separate evaluation tracks. Responses will initially be reviewed to determine the firm?s experience in successfully competing for MCC contract awards. Those firms demonstrating previous success in obtaining contract awards from MCC for similar services will be evaluated under Track 1. Firms without previous experience in obtaining contract awards with MCC will be evaluated under Track 2. Note that the Submission Requirements in Section 4 apply to responses under both Track 1 and Track 2. Track 1 Evaluations Track 1 evaluations will be conducted prior to Track 2 evaluations. Award of the multiple IDIQ contracts under Track 1 will be made upon conclusion of evaluations and rate negotiations. It is anticipated that award of IDIQ contracts under Track 1 will be completed on/about 1-10-2006. To meet this award schedule, firms selected as highest qualified firms will have two (2) business days from date of request to submit rate proposals. MCC anticipates commencing competitive task order award activities immediately upon conclusion of IDIQ contract awards. Firms having successfully received MCC contract awards for similar services and wish to be included in the Track 1 evaluation MUST complete and include, in addition to other submissions, the attached Listing of MCC Contracts Received and/or Past Performance. Evaluation of responses under Track 1 will take into consideration the firm?s success in receiving MCC contract awards. The selection criteria (Track 1) are listed below in descending order of importance and described in more detail thereafter. 1. Success in obtaining previous MCC contract awards for similar services and past performance on contracts with MCC and other Government agencies, international organizations, and private industry in terms of cost control, quality of work, timely delivery, and compliance with performance standards. Success in receiving previous MCC contracts and/or past performance under MCC contracts will be of highest important over past performance with other government agencies, international organizations, and private industry; 2. Experience in and knowledge of geographic regions and specific countries in which MCC operates; 3. Individual experience and technical competence for work required 4. Proposed management structure, including staffing and subcontractor plans, as necessary, sufficient to perform work required. 5. Professional qualifications necessary for satisfactory performance of required services; 6. Capacity to accomplish the work in the required time; 3.1 MCC Awards and Past Performance Responses MUST include, in addition to other submissions, a completed copy of the Listing of MCC Contracts Received and/or Past Performance. In addition, responses should provide information on their past performance, during the last five years, on contracts similar in nature to this task order, with USAID, other multilateral and bilateral agencies. Experience with donor-funded and IFI-funded projects of a similar nature is valued. Experience working in developing countries, especially in MCC eligible countries, is valued. Extensive experience acting as an independent engineer for one or more major lending institutions is particularly relevant. The information for past performance should summarize clearly the nature of the assistance contracted, the types of tasks performed, and the results achieved through the contract including experience of local firms/institutions proposed to be associated. The responses shall provide a narrative of its experience in managing projects/ activities of a similar nature, especially in developing countries. Considering the three (3) focuses awards under which awards will be made, please submit no more than a total of 25 references. 3.2 Knowledge of Location Responses should demonstrate experience working in developing countries, especially those low income and low middle income countries eligible to receive assistance from MCC. Particular emphasis should be given to the extent of geographic coverage offered by responding firms and arrangements to be put into place for use of personnel and subcontractors with expertise in countries of performance in the geographic regions. 3.3 Individual Experience and Technical Competence Responses should identify personnel who will be responsible for implementing and managing contract activities. Following are the anticipated essential positions anticipated to be required under issued task orders. Project Manager Program Manager Principal in Charge Engineer (multiple disciplines, especially civil engineering) Engineering Analyst Urban Planner Planner Scheduler Architect Consultant Risk Analyst Geologist Geotechnical Specialist GIS Specialist Hydrologist Environmental Scientist Environmental Specialist Social Impact Specialist Technician Economist (including sub-sector economists) Financial Analyst Cost Estimator Contracts Manager Construction Supervisor Sector Institutional or Regulatory Specialist (by sub-sector) Attorney Legal Expert Research Assistant Admin./Project Support Staff For each position proposed, responses should include a description of the professional and technical qualifications and licenses necessary for satisfactory performance of required services under this IDIQ; specialized experience and technical competence in the type of work outlined in the SOW. 3.4 Management Structure Responding firms should describe how its staff in its home office and subcontractors will be organized to implement the scope of work and strategy, including roles and relationships between the project lead and home office staff, short-term advisors, and subcontractors. Responding firms should also describe proposed system for monitoring project activities and results and use of contract financial and human resources. Responses should include a description of home office, local office and subcontracting arrangements. It should also describe the proposed system for monitoring project activities and results and the use of contract financial and human resources. 3.5 Professional Qualifications Responses should present firm-wide qualifications to conduct work of the type envisioned under this notice, by sub-sector and by competency area. Firms may subcontract and/or associate to enhance their qualifications. 3.5 Capacity to Accomplish Work in the Required Time Responses should note capacity to mobilize quickly and to accomplish the work within various time frames, citing previous contracting experiences, including in developing countries, among other appropriate evidence. Track 2 Evaluations Track 2 evaluations will be conducted after conclusion of Track 1 evaluations. Award of the multiple IDIQ contracts under Track 2 will be made upon conclusion of evaluations and rate negotiations. It is anticipated that award of IDIQ contracts under Track 2 will be completed on/about 2-18-2006. To meet this award schedule, firms selected as highest qualified firms will have two (2) business days from date of request to submit rate proposals. MCC anticipates commencing competitive task order award activities immediately upon conclusion of IDIQ contract awards. Note: Upon conclusion of IDIQ awards under Track 2, firms receiving awards under both Track 1 and Track 2 will equally participate in competitive task order award activities within their respective award focus. The selection criteria (Track 2) are listed below in descending order of importance and described in more detail thereafter. 1. Professional qualifications necessary for satisfactory performance of required services; 2. Individual experience and technical competence for work required; 3. Experience in and knowledge of geographic regions and specific countries in which MCC operates; 4. Past performance on contracts with Government agencies, international organizations, and private industry in terms of cost control, quality of work, timely delivery, and compliance with performance standards; 5. Capacity to accomplish the work in the required time; and, 6. Proposed management structure, including staffing and subcontractor plans, as necessary, sufficient to perform work required.
- Place of Performance
- Address: Domestic and International
- Record
- SN00934719-W 20051120/051118212413 (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 |