MILLENIUM CHALLENGE CORPORATION has floated a tender for DCO TVS Abidjan Transport Project (ATP) A-E Service. The project location is USA and the tender is closing on 28 Jan 2019. The tender notice number is 95332419E0001, while the TOT Ref Number is 28841772. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : USA

Summary : DCO TVS Abidjan Transport Project (ATP) A-E Service

Deadline : 28 Jan 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 28841772

Document Ref. No. : 95332419E0001

Competition : ICB

Financier : Millennium Challenge Account (MCA)

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : MILLENIUM CHALLENGE CORPORATION
Attn: Andrew Lee Contract Specialist 1099 14th Street, 1099 14th St NW Washington, DC 20005 Tel: 2025213669
USA
Email :leeae@mcc.gov / leeae@mcc.gov

Tender Details

Tenders are invited for DCO TVS Abidjan Transport Project (ATP) A-E Service in Côte d'Ivoire.

1. Background


The Millennium Challenge Corporation (MCC) is a United States government-owned corporation created under Title VI of the Foreign Operations, Export Financing, and Related Programs Appropriations Act, 2004 and is responsible for the stewardship of the Millennium Challenge Account (MCA). MCC works with developing countries to promote sustainable economic growth to reduce poverty. Eligible countries develop specific investment programs in furtherance of the goal of economic development to be funded by MCC over a five-year period and implemented by the country partner.


The Compact with the Government of Côte d'Ivoire (GoCI), signed on 07 November 2017 will be implemented by the Millennium Challenge Account Cote d'Ivoire (MCA-CI). The Compact contains two projects:
• The Skills for Employability and Productivity Project, and
• The Abidjan Transport Project.


This requirement refers to the Abidjan Transport Project (ATP) only. The objective of the ATP is to reduce vehicle operating costs and travel times along targeted road segments, while improving overall pedestrian and vehicle mobility and safety.


The estimated cost range for the construction project is to exceed $10, 000, 000.


2. Purpose


The purpose of this synopsis 95332419E0001 is to select a highly qualified architecture-engineering firm (A-E firm) to provide architectural and engineering (A-E) service to MCC Transport and Vertical Structure (TVS) Abidjan Transport Project (ATP) in Abidjan, Côte d'Ivoire. The awardee shall develop and implement the ATP Compact Program in Côte d'Ivoire, which is to help improve the movement of goods and people in and around Abidjan.


This synopsis is procured in accordance with the Federal Acquisition Regulation (FAR) Subpart 36.6 Architect-Engineer Contracting under the NAICS Code 541330 Engineering Services and PSC C1LB Architect and Engineering- Construction: Highways, Roads, Streets, Bridges, and Railways.


This requirement is full and open to all professional A-E firms (professionally licensed in the US or in their respective home country).


3. Contract Information


The Government anticipates awarding one firm-fixed price (FFP) and time-and-materials (T&M) hybrid contract.


This is a design-bid-build contract for the A-E service. The A-E firm selected for this service will not be eligible for the construction contract.


Anticipated Period of Performance:


The contract will include a Base Period of 8 months, an Option Period 1 of 10 months, and an Option Period 2 of 12 months. While the Contract will be awarded for the Base and Option Periods, the exercise of the option periods is at the sole discretion of MCC.


Base: 11 March 2019 - 10 November 2019
Option Period 1: 11 November 2019 - 10 September 2020
Option Period 2: 11 September 2020 - 10 October 2021


Anticipated Contract Line Item Number (CLIN) Information
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 Base: Deliverables 1 to 8 | 8 months (Award + 32 Weeks)
FFP
Contract Period: Base NTE Lot _______________ _______________
1001 OP 1: Deliverables 9 to 14 | Award + 10 months (Award + 72 Weeks)
FFP
Contract Period: Option 1 NTE Lot _______________ _______________
2001 OP 2: Technical Design Support | 12 months
T&M
Contract Period: Option 2 TBD Lot _______________ _______________
GRAND TOTAL NTE _______________


In accordance with clause MCC 52-232-72 Limitation of Funds-Incrementally Funded Contracts, funds in the amount of $X.XX have been allotted to this contract. MCC contemplates that the total available funds now obligated will cover the work to be performed through 10 October 2021. The contractor shall not perform work on the contract which exceeds the total amount actually allotted by the Government to the contract. The Government is not obligated to reimburse the contractor for costs incurred in excess of the total amount allotted by the Government to this contract. The contractor assumes the risk for any increased costs beyond what the Government obligates.


4. Scope of Project / Terms of Reference (ToR)


Refer to the Synopsis Attachment Terms of Reference (ToR) for the complete detail, including objectives, scopes, deliverables, and staffing.


5. Submission Instructions and Evaluation Procedures


5.a. Submission and Evaluation Overview


In accordance with FAR 36.6, the submission and evaluation procedures will be split into two phases: (1) the submission and evaluation of the bidders' qualifications and (2) the submission, evaluation, and negotiation of the highest qualified bidder's price proposal.


Phase 1: Synopsis: The submission and evaluation of the bidders' qualifications
Step 1: The bidders must submit completed SF-330 Part I and Part II to verify its qualifications.
Step 2: The MCC Evaluation Board will evaluate all responsive SF-330s and select, at a minimum, three most highly qualified A-E firms.
Step 3: MCC will invite those selected firms for an oral presentation / interview.
Step 4: The MCC Evaluation Board will rank the top three most qualified firms and make a recommendation to the designated selection authority.
Step 5: The selection authority will make the final determination on the ranking of the top three most qualified firms.


Phase 2: Solicitation: The submission, evaluation, and negotiation of cost/price proposal
Step 1: MCC will issue a solicitation in the form of Request for Proposal (RFP) to the top highest qualified A-E firm.
Step 2: The A-E firm will submit a complete cost/price proposal to MCC.
Step 3: MCC will evaluate the cost/price proposal and determine whether or not it is fair and reasonable.
Step 4: MCC may enter into a technical and/or cost/price negotiation with the firm.
Step 5: Once agreeable terms are reached, MCC will move forward with the award. If MCC and the firm cannot reach an agreement within a time specified by the contracting officer, MCC will terminate the negotiation and invite the second most qualified firm to submit a proposal. If MCC and the second qualified firm cannot reach an agreement, MCC will invite the third most qualified firm to submit a proposal. If an agreement is not reached with the third most qualified firm, the synopsis and solicitation will be cancelled and may be re-competed.


5.b. Submission Requirements and Instructions


The bidders must submit the following:
1. Cover Page, at a minimum including:
a. The solicitation number and title;
b. The bidding firm's official name;
c. The bidding firm's DUNS number;
d. Main point-of-contact who has signatory and negotiation authority with name, phone number, and email; and
e. Statement that the bid submission is valid for 1 year.
2. Completed SF-330 Part I Contract-Specific Qualifications (Section A through H); and
3. Completed SF-330 Part II General Qualifications.


The Cover Page is limited to 2 pages; the SF-330 Part I has no page limit, however the Section H Additional Information is limited to 30 pages; and the SF-330 Part II has no page limit. (SF-330 Part I Section E Resumes of Key Personnel Proposed for This Contract is not considered in the page limits provided.)


The Phase I Qualifications submission must not include any price/cost information as it will not be reviewed during our Phase I Qualifications evaluation.


The firms must provide all the necessary materials, equipment, personnel, etc. to satisfy the requirement. There is a possibility, however, that the MCA may offer an office space for limited number of contractor personnel. This will be separately negotiated before or after the award.


The submissions must clearly demonstrate in English the firm's qualifications and the understanding of the technical requirements for further consideration. Clarity and completeness are of the utmost importance. Therefore, the submissions, including all illustrative and graphical representations, must be presented in a practical, clear, and concise manner.


The narrative must provide the Government with a reasonable assurance that the firm has the necessary qualifications to fully satisfy the Government's requirements. A restatement of the ToR will be deemed unacceptable and may result in a low evaluation rating.


The Government recommends completing and signing the SF-330s electronically, rather than handwriting then scanning. If any part of the submission is not clearly readable, i.e. a document is not legible or comprehensible, the Government may either disregard the information in our evaluation or deem the submission unresponsive without an opportunity for re-submission.


The submissions must clearly demonstrate a thorough understanding of the Government's requirement, as well as convey the A-E firm's capability for transforming its understanding into successful performance.


5.c. Standard Form 330 (SF-330) and Required Submissions Documents


The SF-330 Parts I and II are standard documents used for the A-E firms to present their qualifications to the Government. Both parts and all its sections must be submitted electronically for award consideration. Only the SF-330 Part I Section D Organizational Chart of Proposed Team and Section H Additional Information may be submitted as Microsoft Word (.docx) and Microsoft Excel (.xlsx) documents (to allow graphical representations and to conveniently present additional information) as long as it does not exceed the page limits noted in 5.b. Submission Requirements and Instructions.


If a Word/Excel document is used, the font must be Calibri or Times New Roman size 11 or larger and page size must be 8.5x11" with 1" margin all around. The first page of Section H must be completed as the original SF-330 PDF document with

Documents

 Tender Notice