U.S. Embassy in Sudan



US Embassy KhartoumREQUEST FOR PROPOSALSFOROn-Call General Contractor ServicesScope of Work The US embassy is soliciting qualified construction and maintenance general building contractors (Contractor) who wish to be included in our On-Call General Contractors (OCGC) List. It is the intent of the embassy to enter two-year, on-call contracts with three to five Contractors in maintenance and construction services in order to call upon these Contractors as needed. General Information The US Embassy is a Department of State entity that owns and leases several residential and non-residential locations in Khartoum. The US embassy facilities Management program requires construction and maintenance services throughout the Year. Examples of the types of structures and facilities that might require maintenance or repair under this contract include: Single Family Dwelling Multifamily Dwelling Office buildings Basic Services: The basic services portion of this requirement is intended to encompass performance of all services to: Maintain and perform minor projects Complete Make ready/ Preventive maintenance Perform all service calls and repairs initiated by the US Government as service calls Contractor Expertise and Experience The US Embassy is seeking one or more contractors in each of the below named trades on an as-needed basis. It is the goal of this RFP to identify a pool of contractors who are pre-approved and available for projects/ make ready works and urgent on -call maintenance services. The RFP seeks to identify diverse areas of construction/maintenance as outlined below. No one contractor is expected to satisfy all areas of the outlined trades, but a single contractor may submit a single response which identifies multiple trades for which that firm wishes to be considered. The Contractor will provide all management, supervision, labor, materials, supplies, repairs, maintenance, parts, tools and equipment and will plan, schedule, coordinate and ensure completion of all contract requirements specified herein at the United States Government (USG) Khartoum Post facilities. If needed; The Contractor will be available for emergency repair services as directed by the Contracting Officer Representative (COR) 24 hours a day; 7 days a week for the duration of the contract. The Contractor will possess strong knowledge of how host government utilities operate e.g. Electricity Company, Water Corporation, and other Sudanese utility-related agencies for urgent resolution. The Contractor will be required to available to perform during all emergency situations such as fires, spills, accident, and rescue operations, strikes, civil disturbances, natural disasters and the like. Common terms used:"Appliances" include air conditioning units, microwave ovens, water dispensers and refrigerators. “Supplies” include all materials and goods needed to successfully carry out scope of work. This would include a wide assortment of products including but not limited to “cleaning supplies” (mops, brooms, sponges, cloths, bleach, detergents, refuse bags) “contractor supplies” (gloves, protective clothing, eye protection) “expendable bathroom supplies “ (paper towels, toilet tissue, hand soap, air freshener) and “maintenance supplies” (hammers, nails, screws, bolts wrenches, light bulbs, paint, calk, tape, air conditioner gas). Any supply needed to carry out this scope of work will be provided at no additional charge to the USG by the contractor. All supplies will need to be of high quality to be determined at the sole discretion of the COR. All chemical and germicidal materials must have a Material Data Safety Sheet (MSDS) indicating the makeup of the cleaning products and the safety procedures for these cleaning products."Standard Operating Procedures (SOP)" is submitted by the Contractor and defines the methods and disciplines used to carry out the maintenance plan. "General Instructions" mean those instructions, directives and guidelines that apply to all employee maintenance personnel. "PM" means Preventive Maintenance. “MR” means Make Ready "Routine Maintenance and Repair" includes the preservation in a sound state of real property and might include day-to -day maintenance work, and the purchase of maintenance stock. "Scheduled Maintenance Services" includes all routine maintenance functions per timelines as agreed upon and documented in the SOP. "Unscheduled Maintenance and Repair Services" includes minor maintenance and repair services which are not pre-identified. The contractor will carry adequate inventory of small supplies, materials, expendables, replacement parts, etc. needed to provide effective facilities maintenance support services at all times. The US Embassy seeks general building contractors with demonstrated expertise and experience performing one or more of the following services: ELECTRICAL The Contractor will maintain, repair and install electrical system components to include disconnect devices, cables, wires, raceways, regulators, grounding equipment, wall switches, conduits, receptacles, intrusion alarms, installed lighting fixtures, as well as the parts and accessories necessary to distribute the electricity to the using equipment. Electrical materials and equipment utilized by the Contractor will comply with existing codes. The overall quality of any repair will comply with applicable U.S. or local specifications or industry standards provided by the COR and will be made in such a manner as to assure a safe and reliable electrical system. Contractor's electrical work will include: Install, maintain, and repair electrical wiring systems and associated switches, distribution panels, light sockets, and outlet boxes. Locate, diagnose, and repair trouble occurring in power circuits, controls, switches, thermostats, flow meters, stop controls; etc. Install, maintain, and repair a wide variety of electrical fixtures, tools, and appliances. Replace fluorescent, incandescent, and HID light bulbs; replace fluorescent and HID ballasts; and install light fixtures. Install, test and repair security lighting and floodlight systems. Replace lamps in security and floodlight systems. Inspect, test, clean, repair, and adjust electrical buzzer and bell circuits, light sockets, light fixtures, fans, switches, office and heating appliances, clock systems. Install, test, maintain and repair electrical motors to include rewinding. Test circuits and equipment trace electrical problems to their cause and restore to normal operation. Maintain and repair electrical controls consisting of thermostats, valve operators, damper operators, pressure reducing valves, selector switches, gradual switches, solenoid air valves, duct humidistat and pressure switches. Maintain calibration of test equipment in accordance with manufacturers’ standards. Troubleshooting electrical problems relating to power surges and circuit breaker failures, as well as identifying potential electrical and safety hazards. The contractor will inspect and repair the general distribution panel, when necessary; determine load capacity; and correctly load circuits and phases. The contractor will also identify and repair electrical short circuits in the internal power distribution lines or switches and/or power supply. Replace circuit breakers, assortment of bulbs, fittings, switches, and socket outlets of various amperage, burnt wires and fuses. Perform Electrical Preventive Maintenance as requested.The contractor shall also ensure that each circuit is grounded at the circuit breaker/panel boards. In an emergency, take all possible measures to prevent hazards, ensure safety and maintain property. Promptly report to the COR. Any other Electrical work as requested.HVACInstall/replace air conditioning units, furnish gas, as needed. Perform insulation tests, adjust relays, re-set circuit breakers, clean contact surfaces.Inspect pumps for abnormal temperature, vibration, noise, and other trouble symptoms, and adjusting as necessary. Inspect valves for restriction, leaks and other trouble symptoms, and adjusting as necessary. If requested Perform periodic maintenance : cleaning, washing and/or replacing of all air filters for cooling units, air handling and fan coil units at all properties based on timelines recommended by the COR and manufacturer. The contractor will inspect, clean or replace air filters as may be needed. The contractor will ensure that all water condensation lines are not clogged with dirt. The contractor will ensure that each air conditioning unit has a functional breaker and that the termination is intact, and free from charring and when such is discovered the contractor will proceed to make it good using any of the approved industry methods.The contractor will clean the entire indoor air handling unit. The contractor will steam wash all the exterior outdoor unit to assure that all the components including the fans, the condenser and the condensers are free of dirt, debris or any such material that may hamper the free and efficient operation of the unit. The contractor will ensure that the units are all operational prior to handing over the entire units to the COR as an accomplished task. Any other HVAC work as requested.CARPENTRY The Contractor will provide all carpentry work to maintain all buildings, structures or facilities. Contractor's work will be planned and accomplished to offer maximum resistance to harmful effects caused by the environment. All carpentry work performed will be consistent with the construction and appearance of the existing facility or structure. Carpentry work will include but not limited to all work required to maintain facilities of wood, aluminum, steel and PVC in nature. The Contractor's tasks will include:Fabricate, maintain and repair/replace doors, windows, door frames, sills, trim and casing, locksets, hardware, fillings and similar items, replacement of knobs, hinges, and locks. Fabricate, install, replace, and repair wooden kitchen cabinets, counter units, bookshelves, furniture, window frames, bins, and other items, including drawers and doors.Install and repair window and door screens, and weather stripping around windows and doors. Cut and install glass panes and Mylar film. Hang miscellaneous items, to include picture frames, bulletin boards, mirrors, medicine cabinets, name plates etc. Install vents for driers; Cut apertures for wiring or piping associated with other appliances. Repair and replace floors, partition walls, ceilings, windows and other structural elements, caulk window frames and other miscellaneous repairs. Install, re-tie, repair knitted fabric of car shed and other miscellaneous repairs.Any other Carpentry work as requested.MASONRY The Contractor will provide all masonry work to maintain all facilities or structures. All work will be consistent with the construction and appearance of existing facilities or structures. Masonry work on facilities or structure will include, but is not limited to walls, floor slabs, diversion of water from exterior walls, deteriorated brick, installation and maintenance of retaining walls, and replacement of blocks, tiles, granite, marble, repairs of walls, due to normal wear and tear.The Contractor will repair walls to include patching/plastering. Any other Masonry work as requested.PAINTING The Contractor will be responsible to carry out painting or paint removal tasks, interior and exterior painting of walls and other surfaces, varnishing and finishing of wooden floors and cabinets. It is anticipated that most painting will be spot painting and will be touch-up and finishing in nature, but in some cases entire walls may require painting. The Contractor will paint a variety of surfaces including interior and exteriors of buildings, and stationary and mobile equipment where appearance as well as surface protection is important. The color of paint for walls, rooms, exteriors of buildings, etc. will be specified by or selected by the COR. The Contractor will prepare surfaces, mix paints, and apply primer coat, initial finish coat and additional finish coats as required. Painting tasks will include: Work on a variety of surfaces such as metals, wood, and masonry. Repaint and touch up signs in places on buildings, structures, and appurtenances. Paint interior and exterior walls, window casings and door units and kitchen cabinets. Paint repaired surfaces. Paint used to touch up repairs will blend with the color and texture of surrounding areas. Tape, spackle and repair wall and ceiling surfaces. Strip, sand, refinish and seal wood floors of various types. Move, reset, cover, and otherwise protect furniture and equipment and protect all U. S. Government and privately owned property during the work performance. All furniture, vehicles, building surfaces, etc. will be protected from paint, chemicals, dust, dirt, and all other form of damage during all work. Strip, sand and refinish to preserve aesthetics of items that cannot be replaced by items of equal quality. Any other painting works as requested.Interior paint will be applied in dust free conditions in accordance with the manufacturer's recommendations. Exterior paint will not be applied on rainy or windy days. Each coat of paint will be of sufficient thickness to completely cover the previous coat or surface. The finish will be free of runs, sags, or other surface preparation defects. Paint surfaces adjoining other materials or colors will be sharp and clean without overlapping. Windows stuck from being painted will be freed up within 3 days after completion of work to assure ease of operation. Special Consideration: Contractor will comply with the following special instructions regarding painting. Damaged surfaces will be repaired. Surfaces which chalk severely will be prepared with a conditioner. Window putty will be repaired, replaced, and painted as required. Exterior wall surfaces will be power washed and scraped prior to repainting. Woodwork, including cabinets and doors, will be repaired. Surfaces painted with a gloss or semi-gloss paint will be dulled with a surface conditioner. All ferrous metal surfaces will be spot primed. These surfaces will be scraped, wire brushed and washed clean before painting. Masonry and concrete surfaces will be roughened where necessary to provide adhesion. Previously painted areas will be dulled with a surface conditioner. Surfaces which experience water leakage will be coated with epoxy paint. Surface defects will be filled and sanded smooth prior to repainting. Electrical outlet covers switch covers and fixtures will be masked or removed before painting and uncovered or reinstalled prior to work completion. All existing and new paint splashes and drips and brush and roller marks will be removed from finished woodwork, tile, cabinets, countertops, windows, etc. when adjoining surfaces are repainted. Those surfaces must be touched up or totally refinished as necessary. PLUMBING The Contractor's plumbing work will include the preventive maintenance of systems and repairs or replacement of their associated components. The Contractor will maintain plumbing and water systems and their associated components in accordance with U. S. codes or industry standards and specifications provided by the COR. Such plumbing work will include: Install or repair of all plumbing work including pipes, ducts, valves, dampers, fittings, wastewater and sewer lines, traps, catch basins, toilet fixtures, down-spouts, and loose joints, restrictions, leaks, and other faulty conditions; provide routine servicing such as retightening, caulking, and lubricating. Service water dispensers. Clear drain lines when blocked. Adjust or repair leaky joints, faucets and other outlets. Install and repair hot water heaters and plumbing fixtures to include urinals, kitchen, and utility sinks. Place and connect and water fixtures and facilities such as water lines and mains, water closets, lavatories, and sink Cut or drill holes and openings in walls and floors, chases, or slots and set sleeves, insert to provide passage and support for pipe and fittings to pass through. Measure, cut and thread pipe, assemble pipe sections and hang or lay assemblies in position. Lay and join PVC, iron , PPR and/or other types of pipe. Maintain and repair interior plumbing waste lines, mixing, ball check, waste, and overflow valves, water coolers and flow masters. Replace bolts, pipe hangers, strainers and drain covers that are damaged or missing. Inspect and provide preventive maintenance for sluggish drainage in sinks, wash basins, tubs and showers, floor drains, urinals, commodes and other drains. Tighten mounted bolts on urinal flush valves. Replace seats as necessary. Repair piping, fittings and fixtures having defective parts and connections and test for leaks. Perform major repairs and overhaul work on pumps (i.e. dis-assemble pumps, replace worn impellers, shafts, bearings, gland seals etc. as necessary), connect all inter connecting piping from pumping systems to service lines, replace check valves and pressure gauges. Perform repair and overhaul work on components in water circulating pumps. Install, remove, repair and maintain piping and equipment insulation. Any other plumbing work as requested.OTHER MECHNICAL Inspect/replace/recharge all fire extinguishers once every six months for proper operation and reporting the results to the COR. The date of each inspection will be stamped on the tag attached to each piece of equipment. Clean and sanitize water dispensers a minimum of once every (3) months as approved by the COR. CLEANING AND REPAIR OF ROOF DRAINPIPES The Contractor shall be responsible for cleaning the gutters/ roof drains to the roof of the buildings. Apart from cleaning the gutters of the buildings to ensure they are free from debris, the contractor also must ensure that all the roof drains are in good order, any cracks and disconnection must be properly repaired. Visibly/esthetic damage to concrete and wall structures must be maintained. Information Required from the contractor (Questionnaire)Describe your firm’s background, size, and history as it may be relevant to On-Call GC Services, with an emphasis on general construction work provided on an on-call or task order basis. Describe your firm’s experience, as applicable, providing general contracting services for the types of construction mentioned in section C along with examples of such work:Describe your experience and methodology for staffing on-call or task order contracts and your proposed approach to the On-Call GC Services. Indicate which trades, if any, will be performed by your firm directly, and which trades would be sub-contracted.Describe your approach to ensuring adequate and timely responsiveness to the provision of the On- Call GC Services, including accessibility, communication, site visits, job order cost proposals and project completion, as well as your approach to expediting subcontractor proposals and performance.List each key member of the team you intend to assign to this engagement and include for each listed individual: (a) area(s) of specialization; (b) title and/or position within your firm; (c) the services to be performed.Identify the person who will be the lead project manager (the “Lead PM”) and primary contact in providing services to BPCA, and any other persons who will be listed as a “key person” in any contract with BPCA. These people must attend the interview if your firm is invited.If known, identify specific subcontractors you intend to use for this engagement, and describe the services to be performed by each subcontractor.Provide at least three (3) client references for whom your firm has performed similar work to that requested in this RFP. For each client, describe the projects, dates, and services performed, and provide the name, address, and telephone number for a person at client’s firm familiar with such work.Selection Criteria Ability of Contractor to perform some or all the general building contractor services outlined in this RFQ Contractor has a valid Sudanese contractors association membership and/or other Sudanese entity membership Ability to readily access and communicate through phone calls, texts, and emails from the US Embassy requesting service or inquiring about status Compliance with procedures for working around materials that may be hazardous/ safety plan Compliance with Sudanese labor laws Fair and reasonable prices for labor and materials Proof of insurance as required. References previous worksCompleteness of submittal requirements (QUESTIONNAIRE) Evaluation & Selection Process F.1 Evaluation OverviewProposals must meet the requirements as stated in section E in this document. Proposals that fail to meet one or more of the criteria may be ineligible for award. The USG may make any investigations deemed necessary to determine the ability of the firm to provide the work as specified herein. The solicitation evaluation involves an iterative evaluation process through several different phases by an evaluation committee. The initial technical evaluation encompasses the review of the written technical proposal. The US Embassy will choose from among the highest rated proposals those proposals which will best serve the interests of the US Embassy, in accordance with US Embassy procurement policies. The US Embassy reserves the right to negotiate or modify any element of the request for proposal evaluation process to secure the best possible arrangement for achieving the stated purpose.The US Embassy reserves the right to make an award with or without negotiations. The final decision will not be based upon price alone.Proposers will be requested to fill the table below to provide daily billing rates for onsite staff for several trades, as basis for pricing evaluation. F.2 Interview Sessions and Second Technical Evaluation (optional)Upon completion of the evaluation of the written technical proposal, the US Embassy may contact short listed proposers to schedule an interview at the US Embassy. The date and time for these sessions will be set upon completion of the initial technical evaluation. Each firm will be required to have the Key Personnel attend the interview. Upon completion of the technical evaluation, proposers will be notified as to theresults: that is, whether their firm is included or not on the final chosen lists. Further information may be requested by the US Embassy during the technical evaluation process and a Best & Final Technical phase may be conducted.Insurance Requirements Contractors are responsible for ensuring they are capable of meeting the US Embassy ’s insurance requirements and must provide proper evidence of insurance coverages as specified in the USG’s standard contract. Delivery and Due Date Each respondent is required to submit three (3) hard copies each of the Questionnaire (includes General Questions, Services Available and References). Submissions must be delivered (with enclosures, if any) to the following address in a sealed envelope marked “On-call General Contractors for Property Maintenance Services” by hand to the address below: -US Embassy KhartoumContracting officerKilo 10, Soba.Khartoum, Sudan.The deadline for submitting the tenders is April 30, 2021 by 4:00 p.m.The US Embassy bears no responsibility for submissions that are not received by the specific deadline; late submissions will not be accepted. Submissions will be received only at the address identified above. Inquiries Questions and inquiries of this RFP shall be directed in writing to HYPERLINK "mailto:KhartoumProcurementDL@" KhartoumProcurementDL@ The deadline for questions is April 20, 2021 by All the replies shall be sent to all bidders by April 22,2021Right to reject proposals and waive informalitiesThe USG reserves the right to reject either all proposals after the opening of the proposals but before award, or any proposal, in whole or part, when it is in the best interest of the USG. For the same reason, the USG reserves the right to waive any minor irregularity in a proposal may be waived wherever it is determined to be in the best interest of the USG.The USG reserves the right to accept or reject any or/and all proposals, in whole or in part, received as a result of this RFP; to waive minor irregularities; or to negotiate with all responsible proposers, in any manner necessary, to serve the best interest of the USG. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download