|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1997 PSA#1877U.S. Agency for International Development, USAID/Egypt, Directorate of
Procurement (D/PROC), 6th Floor, Unit 64902, APO AE 09839-4902 C -- PREQUALIFICATION QUESTIONNAIRE -- DESIGN AND CONSTRUCTION OF
USAID'S NEW OFFICE BUILDING (NOB) IN EGYPT POC Contact Point: Mr.
William Reynolds, Contracting Officer, USAID/Egypt, Tel:
011-20-2-357-3257/58, Fax: 011-20-2-356-2932, E- mail address:
wireynolds@usaid.gov. Due to limitations of the present office
accommodations, USAID Cairo, Egypt needs to construct a new office
building for its exclusive use. For budgetary reasons, it is necessary
to compress the program for the pre-contractual phase to ensure that
a formal contract for the design and construction of the building can
be entered into before the end of October 1997. The source of financing
for the project is a special account provided by the Government of the
Arab Republic of Egypt. The Contractor will be paid in the local
currency, Egyptian Pounds (LE). The Contractor selection process will
be conducted in two phases. FAR 36.3-Two-Phase Design-Build Selection
Procedures be used in award process. Phase I, prequalification is open
to all interested firms. After proposals for the Phase I are
submitted, the USAID/Cairo Qualification Committee will select a
maximum of five qualified offerors. In Phase II the five selected
offerors will be required to prepare and submit conceptual designs and
cost proposals for the building design and construction based on
detailed program and preliminary diagrams prepared by the USAID/Cairo
Project Architect. The site consists of property located in the New
Maadi area. The site is level and of regular, rectangular shape with
the approximate dimensions of 100m x 112m. Site area infrastructure
such as access roads, street lighting and utilities is currently being
developed by the Owner. Detailed site description, topographic survey
and geotechnical report will be included in Phase II of the
Solicitation. The New Office Building shall be of Type I, Fire
Resistive construction of reinforced concrete, designed and build in
accordance with the U.S. Unified Building Code, Foreign Building Office
Design Criteria Manual, ADA Accessibility Requirements, Special
Building Security requirements and all other applicable codes and
regulations. The preliminary program to determine size of New Office
Building was arrived at by analyzing the current organizational
structure of USAID Cairo. The detailed building program will be
provided in Phase II of the Solicitation. At the present time it is
assumed that the New Office Building will consist of five to six
stories, totaling approximately 12,000 square meters of gross area. The
first floor (ground level) shall accommodate the lobby, security
offices and supporting areas accessible to the public. The remaining
upper floors shall be reserved for USAID/Cairo office space accessible
only to AID employees and authorized visitors. The preliminary
building program assumes a full or partial basement for storage, M/E/P
and auxiliary areas. USAID requires a building designed with special
attention to the following factors: Safety and security of personnel
and building. Durability and ease of maintenance of finishes and M/E/P
systems. Economy of structure and finishes Energy efficiency and
conservation (passive and active solar design). Functionality and
flexibility of office layout. Attractive and low maintenance interior
and exterior landscaping. OUTLINE OF SCOPE OF WORK: Based on the
building program and design criteria prepared by the USAID/Cairo
Project Architect, the successful bidder will be required to provide
the following services: (A) A/E DESIGN -- Preliminary Phase, 1. Two
conceptual architectural design proposals of the building. 2. Schematic
design of structural shell of the building including M/E/P systems and
Site infrastructure. 3. Design development drawings and specifications
of the building. 4. Preliminary design/diagrams of interior space
lay-out. 5. Preliminary construction cost estimate. (B) A/E DESIGN --
Construction Documents Phase 1. Site design including landscaping,
access, and infrastructure. 2. Final A/E construction documents and
technical specifications. 3. Final construction cost estimate.
Assistance with the final plan check and approval. (C) CONSTRUCTION
PHASE 1. The Contractor will be required to construct the USAID/Cairo
New Office Building in accordance with the approved Final Construction
Documents, including furnishing and installation of all required
materials, equipment and personnel. The Contractor shall manage,
administer, supervise and inspect the construction. The coordination
and superintendence of all work shall be the responsibility of the
Contractor. PHASE 1 SUBMITTAL REQUIREMENTS At this stage the Offerors
shall submit the following information: 1. Technical qualification of
the offeror's organization. 2. Capability to provide design and
construction services required for the type and size of USAID/ Cairo
New Office Building project. 3. Specialized experience and technical
competence as related to the project. 4. List of similar projects
performed by the offeror's team in the past including project
description and references. 5. Personnel. Full details of the structure
of the offeror's team, bearing in mind that if more than one
consultancy firm is involved, one firm or individual must be named as
the leader or manager, who will be responsible, in all respects, for
the consultancy team or consortium. 6. Full details of the key
personnel who will be employed on the contract stage, indicating those
who will be full-time and part-time. 7. Any additional information
considered appropriate to demonstrate offeror's qualifications for the
project. 8. Comments: Offerors are freely invited to submit
constructive comments on the terms of this Request for Proposals.
Alternative proposals may also be submitted on the understanding that
USAID will be under no obligation to accept or reject them. 9.
Documents showing that the offeror has sufficient financial backing to
provide adequate level of guarantees, bonds and insurance for the
entire project. 10. Capacity and experience to provide design services
using AUTOCAD. 11. No cost or price related factors are required and
allowed under Phase 1 Proposal. 12. All the documents included in the
proposals shall be prepared in English. SUBMISSION OF PROPOSALS: 1.
Documents Comprising the Proposal. Offerors are requested to submit
concise responses to this Request for Proposals. Lengthy submissions
containing superfluous information are discouraged. 2. Place for
Delivery of Proposals. Delivery by the prescribed time is to be made
to: 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. If sent by U.S. mail: Directorate of Procurement,
Unit 64902, APO AE 09839-4902. This notice contains all the required
information and instructions for the preparation and submission of
proposals for Phase 1, no further RFP will be issued. 3 Closing Date
for Submission of Proposals. Proposals must be received at the above
address by Sunday, August 10th, 1997 3:00 PM local time. Late proposals
will not be considered. "The preferred method of distribution of USAID
procurement information is via the Internet. This CBD notice can be
viewed and downloaded using the Agency Web Site. The Worldwide Web
address is http://ww.info.usaid.gov. Select Business and Procurement
Opportunities from the home page, then USAID Procurements." On the
following screen, select "Browse Current CBD Notices, Procurement
Information Bulletins & PSC Announcements". It is the responsibility of
the recipient of this notice to ensure that it has been received from
INTERNET in its entirety and USAID bears no responsibility for data
errors resulting from transmission or conversion processes. (0177) Loren Data Corp. http://www.ld.com (SYN# 0033 19970630\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|