SOLICITATION NOTICE
B -- Cameroon: Bini à Warak Hydroelectric Power Plant Feasibility Study
- Notice Date
- 7/23/2008
- Notice Type
- Presolicitation
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- United States Trade and Development Agency, USTDA, USTDA, 1000 Wilson Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, Virginia, 22209-3901
- ZIP Code
- 22209-3901
- Solicitation Number
- 0711040C
- Archive Date
- 9/27/2008
- Point of Contact
- Evangela Kunene, Phone: 703-875-4357
- E-Mail Address
-
ekunene@ustda.gov
- Small Business Set-Aside
- N/A
- Description
- POC Evangela Kunene, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901, Tel: (703) 875-4357, Fax: (703) 875-4009. PLEASE DO NOT CONTACT CONTRACTS OFFICE; PROPOSAL SUBMISSION PLACE: Dudley Achu Sama; Principal Engineer and Technical Adviser; Ministry of Energy and Water Resources (MINEE); P.O Box 308; Yaoundé, CAMEROON; Phone: +237 2223 5608; Fax: +237 2223 5608 or +237 2222 6177. The Grantee invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to develop a feasibility study for Bini à Warak Hydroelectric Power Plant Feasibility Study. A country of 17 million people, Cameroon hosts one of the more dynamic economies in the Gulf of Guinea region, on the West Coast of Africa. Because of its modest oil resources and favorable agricultural conditions, Cameroon has one of the best-endowed primary commodity economies in sub-Saharan Africa. However, the country faces challenges similar to those in many other developing countries: macroeconomic mismanagement, weak regulatory and judicial systems, and weak financial accountability. Further, the Government of Cameroon and the World Bank consider power shortages to be one of the key constraints to the country’s economic growth. The nation has an installed production capacity of 935 megawatts (MW), 720 MW of which is hydro-based and the rest oil-fired thermal plants. However, the country’s effectively functioning productive capacity is at present only 450 MW. This shortfall is due to a lack of efficient maintenance, the use of aged facilities and equipment, and the effect of variable climatic conditions. Cameroon has the hydropower resource capability to provide electricity for 100% of its population for decades to come, with substantial surpluses for export to neighboring countries. Through its membership in the Central African Power Pool, Cameroon has a built-in export market to countries that suffer from chronic power shortages. This combination of surplus potential in hydro-power generating capacity in Cameroon and severe energy shortages in easily reachable neighboring countries establishes a realistic potential for electric-power exports. The objective of the feasibility study is to develop a technical and financial roadmap for the development of a 75 MW hydroelectric power plant at Bini à Warak, on the Bini River in Cameroon. Specifically, the study will assist the Cameroonian Ministry of Energy and Water Resources in examining the potential for hydroelectric power generation for export to Chad, and possibly Nigeria as well. The proposed power plant is very high priority for the Government of Cameroon, receiving specific mention from Prime Minister Inoni during his 2007 address to the National Assembly. It also serves to augment the newly established Central African Power Pool which promotes interconnectivity and exports and imports of electricity between various countries in the region. The Feasibility Study would be composed of the following elements (please note that the full Terms of Reference and requirements for this study are located in Annex 4 of the Request for Proposal): • Purpose and Objective of Study • Technical Assessment • Economic Analysis • Financial Analysis • Environmental and Social Impact Analysis • Review of Related Regulatory Issues • Analysis of Key Host Country Development Impacts • US Sources of Supply • Implementation Plan The U.S. firm selected will be paid in U.S. dollars from a $662,000 grant to the Grantee from the U.S. Trade and Development Agency (USTDA). A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background definitional mission report are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. To request the RFP in PDF format, please go to: https://www.ustda.gov/USTDA/FedBizOpps/RFP/rfpform.asp. Requests for a mailed hardcopy version of the RFP may also be faxed to the IRC, USTDA at 703-875-4009. In the fax, please include your firm’s name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want USTDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to USTDA to retrieve the RFP should allow one hour after faxing the request to USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt. Because of the large number of RFP requests, USTDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 p.m. will be mailed the same day. Requests received after 4:00 p.m. will be mailed the following day. Please check with your courier and/or mail room before calling USTDA. Only U.S. firms and individuals may bid on this USTDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under USTDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the USTDA-financed activity, must continue to meet such requirements throughout the duration of the USTDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the USTDA grant amount. Details of USTDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English directly to the Grantee by 4:00 p.m. (local time), September 12, 2008 at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=511ba96df05d1f1bcd0c8500c00b354a&tab=core&_cview=1)
- Record
- SN01621508-W 20080725/080723224227-511ba96df05d1f1bcd0c8500c00b354a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |