Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2009 FBO #2622
DOCUMENT

C -- Architect-Engineer Infrastructure Services for Burkina Faso Roads - RFP

Notice Date
1/28/2009
 
Notice Type
RFP
 
NAICS
541330 — Engineering Services
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, District of Columbia, 20005
 
ZIP Code
20005
 
Solicitation Number
MCC-09-0032-RFP
 
Point of Contact
Theodore Wallace,, Phone: 202 521-3931, James Blades,, Phone: 202-521-7255
 
E-Mail Address
wallacet@mcc.gov, bladesjr@mcc.gov
 
Small Business Set-Aside
N/A
 
Description
1. SUBCONTRACTING PLAN REQUIREMENTS: Upon receipt of your SF330 for this project, the prime or the joint venture will be reviewed by the Contracting Officer to determine if you have complied on past projects with the subcontracting requirements for that respective contract. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award o f the contract. The current subcontracting goals are 30% to Small Businesses, 5% to Woman Owned Small Business, 5% to Small Disadvantaged Business, 3% to Service Disabled Veteran Owned Small Business, and 3% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Estimated start date is June 2009. To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov. Register to provide certifications and representations at http://orca.bpn.gov. In Block B.5 of the SF 330, Part II, provide the DUNS number for the prime firm or Joint Venture. The DUNS number must be for the firm/branch office performing the work. For assignment of DUNS numbers, contact Dun & Bradstreet at 1-877-705-5711, or via the internet at http://www.dnb.com. 2. PROJECT SPECIFIC INFORMATION: Pursuant to the authority contained in the Millennium Challenge Corporation Act of 2003, the Millennium Challenge Corporation (MCC) invites submission from all eligible U.S. Professional Architect-Engineer (A&E) firms to provide engineering services to assist in project oversight and meeting the fiduciary responsibilities of MCC. The Contractor is to provide Independent Engineering (IE) services to MCC in support of MCC’s compact implementation oversight and evaluation role during the Compact Implementation Funding (CIF) period, i.e. period between compact signature and Entry into Force (EIF)- and during the five-year implementation period and, as directed by MCC, to liaise with the Government of Burkina Faso (GoBF) on technical issues related to all infrastructure aspects of the projects. The services of the Contractor shall not include actual performance of feasibility studies, design construction, or supervision of technical assistance. The study/design, Project Management Consultant (PMC), Construction Supervision (CS), and Technical Assistance (TA) consultants will be procured by the Millennium Challenge Account – Burkina Faso (MCA-BF)/GoBF through international competitive bidding to perform such service. Therefore, the services of the Contractor shall focus mainly on providing reviews and oversight of the outputs of the services of the consultants funneled though PMC to the MCC. The Contractor, at critical milestones in the work process, per specific task orders issued by MCC, shall perform various tasks that include rechecking selected outputs in terms of identifying red-flags/fatal flaws and provide mitigation measures, ensure compliance with international standards and best practices, conduct value engineering, etc., at the pre-construction, construction and post construction stages. (See the attached Statement of Work) MCC is seeking registered professional engineers and/or licensed A-E firms that are either individual firms, partnerships, corporations, associations, or other legal entities permitted by law to practice the professions of architecture or engineering. MCC encourages subcontracting opportunities with eligible U.S. or Non-U.S. organizations. The NAICS Code for this procurement is 541330 Engineering Services. The selection of the Architect-Engineer (A-E) firm(s) will be conducted in accordance with the Brooks Act as implemented by FAR Subpart 36.6. 3. TYPE OF CONTRACT/PERIOD OF PERFORMANCE: MCC intends to award a five-year Time-and-Material Contract with an aggregate ceiling price. The period of performance shall be a Base Year period of twelve (12) months, with four (4) one year option periods. 4. SELECTION CRITERIA: The following specific selection criteria are in descending order of importance and must be addressed in paragraph H of the SF330, and must be documented with resumes. a) Relevant Past Performance: Offerors shall describe and provide reference information for projects performed within the time period from the date of the solicitation through a three (3) year period that are similar in type, magnitude and complexity to the project contemplated for placement under this contract. Offerors are authorized and encouraged to provide information on problems encountered on the identified contracts and the offeror’s corrective actions. The government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror’s past performance. In addition, a responsibility determination of the A-E Firm will be made under standards provided in FAR Subpart 9.1 (including financial capacity). There is no page limit for this criterion. b) Management Approach: A brief Quality Management Plan including an explanation of the firm's management approach; team organization, management of subcontractors (if applicable); quality control procedures (for cost estimates and schedule analyses); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). The evaluation will also consider prior relationships of the prime firm and any of their consultants on similar projects. Clearly indicate the primary office where the work will be done and the staffing at this office. The page limit for this criterion is limited to 25 pages. c) Technical Approach: The Contractor shall also submit as part of the technical proposal a detailed discussion that clearly demonstrates how the Offeror will meet all the requirements of the statement of work, and complete the contract on time. The page limit for this criterion is limited to 25 pages. 5. SELECTION PROCESS: MCC will evaluate all offerors based on the evaluation criteria as described above. Based on the evaluation rankings a list of at least 3 of the most highly qualified firms per FAR Subpart 36.602-(3)(c) will be established. These most highly qualified firms will be notified that they have been selected to have discussions with MCC’s Technical Evaluation Panel (TEP). Any information submitted and/or received during the discussion process may be used as justification for the final ranking of the firms recommended to the Selecting Official to make the final selection, in order of preference, to determine apparent successful offeror(s) prior to cost discussions. Final selection of the most highly qualified firm and negotiation of the A-E contract will be done in accordance with FAR 36.602-4 and 36-606. Pursuant to the negotiation process, MCC will issue cost related instructions pertaining to the cost submission to the selected firm. 6. TECHNICAL INSTRUCTIONS: 1. Professional Qualifications: The offeror must have, either in-house or through consultants the following disciplines that are licensed, registered or certified where applicable. The professional qualification evaluation will consider education, registration, overall and relevant experience in the type work required and longevity with the firm. The offerors must provide resumes (Section E of the SF330) for these disciplines including consultants. For this section, the resumes must be no more than four pages per discipline, for a maximum of 40 pages. Project Manager: A graduate Civil Engineer, with a Master’s degree or equivalent, professional engineering registration or certification, and 15 years of experience in all aspects of project management, planning, design and construction for road projects, including experience in similar geographic conditions. Highway Engineer: A graduate Civil Engineer, with professional engineering registration or certification, and 10 years of experience in all aspects of road planning and design, including experience in similar geographic conditions. Pavement/Materials Engineer: A graduate Civil Engineer, with 10 years of experience in all aspects of pavement design and materials studies for road projects, including experience in similar geographic conditions. Bridge/Structural Engineer: A graduate Civil or Structural Engineer, with a Master’s degree or equivalent, professional engineering registration or certification, and 10 years of experience in all aspects of bridge and structural design for road projects, including experience in similar geographic conditions. Specifications/Contracts Specialist: A graduate Civil Engineer, with a Master’s degree or equivalent, and 10 years of experience in preparation of technical specifications and bid documents for road projects, and in construction procurement, including experience in similar geographic conditions. Transport Economist: A graduate Economist, with a Master’s degree or equivalent, and 10 years of experience in all aspects of road planning, feasibility studies, economic analysis and use of HDM-IV, RED and other analytical tools, including experience in similar geographic conditions. Road Maintenance TA Specialist(s): The proposed candidates for road maintenance TA must be professionally qualified in their fields. Each must hold at least a Bachelor’s degree or equivalent (a postgraduate degree will be considered an advantage); must have a minimum of 10 years of experience in his/her discipline, including experience in similar projects and geographic conditions; and be fluent in French with a working knowledge of English. Environmental Specialist: A graduate Environmental Planner or Environmental Scientist, with a Master’s degree or equivalent, and 15 years of experience in all aspects of environmental analysis and preparation of EA, EIA, and EMP for road projects, including experience in similar geographic conditions. Social Impacts Specialist: A graduate Sociologist or Social Scientist, with a Master’s degree or equivalent, and 15 years of experience in all aspects of socio-economic analysis, including gender and public health issues, including experience in similar geographic conditions. Resettlement Specialist: A graduate Sociologist or Social Scientist, with a Master’s degree or equivalent, and 15 years of experience in all aspects of designing, managing and assessing involuntary resettlement and rehabilitation, including direct experience with preparation of RPF and RAP in accordance with WB OP 4.12, and experience in similar geographic conditions, preferably West Africa. Other Specialists Additional expertise might be required to provide short or longer term specific oversight services (ex., Geotechnical, Hydrological, Drainage, Cost estimator, etc., specialists) not currently foreseen over the implementation timeframe of the road projects. The Consultant should be prepared to provide such services within a reasonable time in response to MCC’s written request for such services. 7. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one original and five (5) hardcopies of a completed Standard Form 330 to include your proposed team, including the prime contractor, consultants, subcontractors, and joint ventures to the Attention of Ted Wallace, Sr. Contract Specialist (Contractor Representing MCC) at Millennium Challenge Corporation, 875 Fifteenth Street, NW, Washington, DC 20005. In addition to the hard copies, one (1) electronic version of all data shall be submitted electronically in a single PDF file to wallacet@mcc.gov. However, if such PDF file exceeds 10 MB in size it can be separated into no more that two (2) PDF files including: (a) Proposal Body file; and (b) Resumes of Key Personnel file. The SF330 version (6/2004) must be used, and may be obtained from the Government Printing Office or from the following website: http://www.gsa.gov/. The SF330 must be received no later than March 13, 2009 at 2:00 p.m. Eastern Standard Time (EST). Joint Ventures must clearly identify their intention to form a legal joint venture partnership, but are not required to provide documentation of legal agreements until contract award. Offerors shall submit the SF330 written in English using Font: Times New Roman, Font Style: Regular, and Size: 10 to 12 with each page numbered consecutively. SF330 must contain Part I and Part II complete and current. Firms may be rejected f or submitting incomplete SF 330s, or for incorrect or missing elements. Do not include promotional brochures, advertisements, and or other extraneous material in the submission. This is not a Request for Proposal. Include the firm’s primary point-of-contact, e-mail address, telephone number and facsimile number in the submittal. The Africa MCA offices are not responsible for any delays that result in late receipt of submittals. Therefore you are advised to provide for early delivery of submittals. Firms are encouraged to personally deliver submittals or use a delivery system that documents the date and time of receipt and recipient. Prospective Offerors may submit questions in response to this Combined Synopsis/Solicitation in writing no later than February 23, 2009 by 2:00 p.m. EST. Questions must be sent to Ted Wallace via e-mail at wallacet@mcc.gov. SUBJECT line must read: Questions for Architect-Engineer Infrastructure Services for Burkina Faso Roads. MCC 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 FAR Part 19. 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. The subcontracting plan is not required with this submittal. In accordance with FAR 36.209, no contract for any follow-on construction work shall be awarded to the firm that designs the project or its subsidiaries or affiliates. Issuance of this solicitation notice does not constitute an award commitment on behalf of the U.S. Government (USG). The USG reserves the right to reject any and all offers received. Final award of any resultant contract cannot be made until funds have been fully appropriated, allocated, and committed through internal MCC procedures. Any resulting award from combined synopsis/solicitation will be administered in accordance with applicable FAR and MCC’s Contracting Operating Manual (COM) clause and provisions. Contracting Office Address: Millennium Challenge Corporation, 875 Fifteenth Street, NW, Washington, DC 20005, UNITED STATES
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=673c6190807e9e6c681aa6e0b24d388e&tab=core&_cview=1)
 
Document(s)
RFP
 
File Name: Statement of Work for Burkina Faso Roads (Statement of Work.pdf)
Link: https://www.fbo.gov//utils/view?id=f00337d5af70003baafb50c83c573c14
Bytes: 69.06 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: The Offeror should be prepared to perform services in MCC offices in Washington, DC and at their own facilities, and will be required to travel to Burkina Faso in Ouagadougou and to the project sites periodically to perform services., Burkina Faso
 
Record
SN01739831-W 20090130/090128215703-673c6190807e9e6c681aa6e0b24d388e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.