|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1997 PSA#1767USAID/Egypt, Directorate of Procurement (D/PROC), 6th Floor, Unit
64902, APO AE 09839-4902. An action for the USAID program. R -- INSTITUTIONAL STRENGTHENING AND POLICY REFORM FOR THE ALEXANDRIA
GENERAL ORGANIZATION FOR SANITARY DRAINAGE (AGOSD) SOL RFP NO.
263-97-P-023 POC Contact Point: Mr. William Reynolds, Contracting
Officer, USAID/Egypt, Tel: 011-20-2-357-3257/58, Fax:
011-20-2-356-2932. The U.S. Agency for International Development
Mission to Egypt is soliciting proposals from U.S. (USAID Geographic
Code 000 only) firms/joint ventures for a contract to provide Technical
Assistance under the Institutional Strengthening and Policy Reform
Program for the Alexandria General Organization for Sanitary Drainage
(AGOSD), located in Alexandria, Egypt. AGOSD is currently operating two
primary wastewater treatment plants with a capacity of 585 MLD, a
mechanical sludge dewatering and disposal facility as well as pump
stations and collection systems. The successful contractor will work
closely with AGOSD under the Alexandria Wastewater System Expansion II,
Project No. 263-0241, to achieve the following objectives: a) Assist
AGOSD to establish a process to become a self-sustaining, independent
utility, b) strengthen AGOSD's management, financial, organizational,
personnel and procurement practices. The two principal components of
the required technical assistance are AGOSD internal institutional
strengthening and national sector policy reform. Both of these
components are key to ensuring sustainability of AGOSD as a modern
operated utility. The successful offeror will be awarded a USAID direct
cost-plus fixed- fee type contract to perform the duties of assisting
AGOSD in developing and implementing procedures, regulation, training,
a business plan, and other institutional strengthening tasks as
required by AGOSD and USAID. The contractor shall assist/advise/guide
AGOSD in achieving specific policy actions and organizational and
institutional strengthening. The contractor shall provide an adequate
number of professionals with appropriate disciplines and skills to work
with AGOSD to plan and implement reform actions. The contractor team
must consist of experienced personnel in areas such as accounting,
finance, systems management, regulatory boards, legal, utility
management, utility economics, manpower development, and other areas as
required. The duration of the contract is estimated at 48 months. Funds
for this procurement are not currently available, however, they are
anticipated to be available shortly. Issuance of this request does not
constitute an award commitment on the part of USAID, nor does it
commit USAID to pay for costs incurred in the preparation or submission
of any information. It is anticipated that the successful offeror will
sign a cost-plus-fixed-fee contract to provide technical services to
AGOSD subject to availability of funds. It is a requirement that the
firms must comply with AID geographic code 000 (USA) for nationality
and source regulations. If a joint venture seeks proposing, information
must be submitted for all firms in joint venture. Interested offerors
must request a copy of the Request For Proposals (RFP No. 263-97-P-023)
in writing from Mr. William Reynolds, Contracting Officer, Directorate
of Procurement, United States Agency for International Development,
USAID/Egypt, Cairo Center Building, Sixth Floor, 106 Kasr El Aini
Street, Cairo, Egypt. Address for U.S. mail: Directorate of
Procurement, Unit 64902, APO AE 09839-4902. Telefaxed requests to
011-20-2-3562932 will be accepted. Telephone requests will not be
considered. The RFP is expected to be released during February, 1997.
Offerors will be given 60 days from the date of issuance of the RFP to
prepare and submit their proposals. The U.S. Agency for International
Development (USAID) encourages the participation to the maximum extent
possible of small business concerns, small disadvantaged business
concerns and women-owned small business concerns in this activity as
prime contractors or subcontractors in accordance with Part 19 of the
Federal Acquisition Regulation. 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. All other evaluation
criteria being found equal, the participation of such concerns may
become a determining factor for selection. "This CBD notice can be
viewed and downloaded using the Agency Gopher. The RFP, once issued,
can be downloaded from the Agency Gopher. The Gopher address is
~GOPHER.INFO.USAID.GOV. Select ~USAID Procurement and Business
Opportunities from the Gopher menu. The RFP text can be downloaded via
Anonymous File Transfer Protocol (FTP). The FTP address is
FTP.INFO.USAID.GOV. Logon on using the user identification of
"anonymous" and the password is your e-mail address. Look under the
following directory for the RFP: pub/OP/RFP/26397P023/26397p023.rfp.
Receipt of this RFP through INTERNET must be confirmed by written
notification to the contact person noted above. It is the
responsibility of the recipient of this solicitation document 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." (0021) Loren Data Corp. http://www.ld.com (SYN# 0080 19970123\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|