swim rfq for idiq construction services
TRANSCRIPT
Page 1 of 20
REQUEST FOR QUALIFICATIONS (RFQ-SWIM-001)
For Miscellaneous Engineering and Construction Services for Projects in Support of the SWIM Irrigation Rehabilitation and Watershed Restoration Activities
SUMMARY SHEET Background Information AECOM International Development (AECOM) is the implementing partner of USAIDAfghanistanrsquos Watershed and Irrigation Management (SWIM) Project The goal of the SWIM program is to support sustainable agriculture led economic growth by increasing the productive use of water and strengthening water resource management SWIM seeks to pre-qualify companies that are capable of providing miscellaneous engineering and construction services Project Name Indefinite Delivery Indefinite Quantity for Miscellaneous Engineering and Construction Services for Projects in Support of the SWIM Irrigation Rehabilitation and Watershed Restoration Activities
Solicitation Issuance Date July 23 2017
Project Description Provide various engineering and construction services to SWIM as described in the enclosed Statement of Work (Attachment 1) on an as needed basis
Project Location(s) SWIM Geographic Area of Operation in the North Region of Afghanistan
Pre-Submittal Meeting DateTime August 1 2017 at 1400 Local Kabul Time
Pre-Submittal Meeting Location SWIMrsquos Offices Kabul The Baron Hotel Kabul - Afghanistan
Questions Deadline August 2 2017 at 1700 Local Kabul Time
Submittal Due DateTime August 3 2017 at 1700 Local Kabul Time
Submittal Due Location swimcontractsswimafgcom Only soft copy submissions are allowed
Documents to Submit Qualifications which meet the requirements requested in Forms A-H to include Statement of Qualifications and Bidder Information References and Forms Submittals without these completed items signed and dated where specified may be considered non-responsive and may be rejected Interested parties must submit a technical proposal and a financial proposal with explanatory notes in separate files See Attachment 2 which provides a checklist of all items to be submitted in response to this RFQ
Contract Projected Award Date OnAbout September 3 2017
Solicitation Contact Alpha Koroma Director of Contracts Grants and Compliance
Type of Solicitation This RFQ is open to all businesses located or represented in Afghanistan and able to perform under the conditions required for the work to be covered under subsequent Request for Task Order Proposals (RFTOPs) provided that they comply with the applicable Federal Acquisition Regulations (FAR) Respondents must not currently be associated with have been associated with or be the affiliates of any consultants or companies who developed the specifications plans measurements and other documents used in the RFPs Negotiated procurement based on evaluation of qualifications to perform the scope of work and
Page 2 of 20
negotiation of fair and reasonable pricing
Type of Contract Indefinite Delivery-Indefinite Quantity with Fixed Price Task Orders
Maximum Ceiling Amount This is a multiple award Subcontract with an overall ceiling price of US$ 4500000 The maximum aggregate dollar value of task orders awarded to all Subcontractors cannot exceed the subcontract ceiling This ceiling is not being subdivided among the number of awardees nor is it being multiplied by the number of awardees
Contract Period Two (2) years with the option to renew for two additional one year terms subject to agreement by both parties
Licenses Required Firms must be properly registered under Afghan Law and hold professional licenses as required by the Government of The Islamic Republic of Afghanistan (GIRoA) for each person (eg architect engineer surveyor) performing under a contract based on this RFQ
Other Requirements
bull Minimum of five years of experience implementing construction projects in Afghanistan specifically in the North
bull Proven experienceperformance under international assistance programs in Afghanistan with preference for those funded by USAID
bull Demonstrated quality control quality assurance written policies and procedures
bull Demonstrated ability to obtain Payment and Performance Bonds
bull Has DUNS (Data Universal Numbering System) and is registered under the System for Award Management (SAM)
bull Annual audited financial statements for the last three (3) years
Issuance of this RFQ and the submittal of a proposal do not constitute a commitment on the part of the SWIM Project to make any awards nor does it constitute an obligation for any costs incurred in the preparation and submission of a proposal Awards will be subject to funds availability following the proper completion of required SWIM internal processes
Page 3 of 20
ATTACHMENT 1
STATEMENT OF WORK
I INTRODUCTION
Strengthening Watershed and Irrigation Management (SWIM) is a five-year USAID-funded program for Afghanistan implemented by AECOM with a main office in Kabul Afghanistan and implementing program office in Mazar-e-Sharif SWIM is designed to amplify the results of the Regional Agricultural Development Programs (RADPs) support Ministry of Agriculture Irrigation and Livestock (MAIL) and Ministry of Energy and Water (MEW) in rolling out the Water Law and implementing the NIP (National Irrigation Plan) and build on the successes of past GIRoA and donor investments all while equipping government ministries their staff and community counterparts to better manage water resources
The SWIM Programrsquos three technical components are
1) Increased Productive and Sustainable Use of Water in Agriculture 2) Strengthen the Water Regulatory Framework and 3) Strengthen Capacity of Local Entities to Manage Water Resources
SWIM seeks to identify qualified construction firms with substantial Afghan experience and a commitment to quality in order to support irrigation rehabilitation watershed restoration oversight of construction or rehabilitation as well as longer term operations and maintenance issues
SWIM requires timely and cost effective construction services AECOM SWIM is seeking a response to this Request for Qualifications (RFQ) for Engineering and Construction Services for Indefinite Delivery Indefinite Quantity (IDIQ) contract awards The purpose of the resulting IDIQ is generally intended to obtain rehabilitation and or restoration activities for less than US$ 300000 each that need to be completed in a time sensitive manner AECOM SWIM reserves the right to issue RFQs for special projects
The IDIQ contract will serve as a master agreement with no monetary value Because of the indefinite nature of the need for services there is no guarantee of project assignment to the firms selected Individual task orders will be issued for work conducted under this IDIQ AECOM SWIM will issue competitive Requests for Task Order Proposals (RFTOPs) to the IDIQ awardees for any defined piece of work to which the awardees are to promptly respond within ten (10) business days with a brief technical proposal and corresponding budget Task Orders will generally be issued through Fixed Price Contracts The number of Task Orders to be issued under this IDIQ is unknown and will be contingent on project requirements and based on USAID approvals for specific initiatives in the North Region of Afghanistan If the proposal and corresponding budget meet AECOMrsquos requirements the task order will be awarded to the successful recipient who must conduct the work according to the task orderrsquos specifications It should be noted that all of the task orders over US$ 150000 are subject to USAID approval on an activity-by-activity basis
Contracted firms may be awarded one or more assignments as projects become available and based on the availability of the firm Award of an IDIQ contract or subsequent task order under an IDIQ contract will not disqualify a firm from responding to any future project for which a project-specific RFQ may be issued
IDIQ contracts will be awarded to up to five (5) providers for a period of two (2) years with the option to
Page 4 of 20
renew for two additional one year terms subject to agreement by both parties Project-specific assignments will be made within the time during which the IDIQ agreement is valid To remain valid qualifications must be updated by the provider to reflect any significant changes in the providerrsquos ownership structure or method of operation or when requested by AECOM SWIM Duration of the agreement for each assignment will be negotiated and documented in the provider contract for each project-specific assignment
It is the intention of AECOM SWIM to retain the services of the best qualified firms for the size of the projects contemplated and project time lines
II TECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)
The SWIM approach emphasizes working in partnership with communities throughout all planning implementation monitoring and evaluation activities and to support communities in taking ownership of activities (including infrastructure activities) once SWIM inputs are completed
Through this IDIQ qualified firms will play an active role in these community-driven processes under the leadership of AECOM SWIM staff Pre-qualified construction firms who receive IDIQ subcontracts and subsequent task orders may work as part of the SWIM team at the community district regional and provincial levels and in partnership with Afghan representatives of the Ministry of Agriculture Irrigation and Livestock (MAIL) Ministry of Energy and Water (MEW) and National Environmental Protection Agency (NEPA) in conducting SWIM activities
It is anticipated that the selected organizations may be assigned to perform the following under task orders awards
bull Given responsibility for one or more parts of the required services
bull Assigned to key infrastructure responsibilities in a particular province of the North Region of Afghanistan
bull Provide general assistance to infrastructure components that are replicated across a number of projects
It is also anticipated that organization(s) awarded task orders will be engaged by SWIM in longer term roles for defined scopes of work that address key infrastructure needs on the SWIM program
Services include but are not limited to design and engineering services for the preparation of
bull Evaluation of existing structures for repair reuse and renovation and prepare specifications to remediate
bull technical reports including site specific conditions and as-built documentation
bull engineering investigations and concept studies including recommended alternatives for project elements and project delivery methods
bull filing applications and securing permits interagency approvals utilities service letters and approvals
bull operations and maintenance manuals
bull quality assurance programs
bull environmental impact considerations
bull construction consultation (including construction administration and construction management)
bull land surveying
Page 5 of 20
bull hydro geological surveys
bull rural and urban water studies
bull geotechnical investigations and post-construction award services
The services to be provided shall be in strict compliance with all Afghan laws and USAID and AECOM regulations
Projects may include but are not limited to canal lining intakes and other hydraulic structures rehabilitation repair or replacement of canals gates check dams land leveling Training capacity building construction management inspection surveillance and monitoring services during construction phase may be included All services shall be provided by qualified professional credentialed personnel in-house or with qualified professionals subcontracted with sufficient on-site expertise
III ESTIMATED QUANTITY OF SERVICES
The technical scope and price of a task order awarded to the providers will vary depending on project need schedule providerrsquos work load and availability of funding It is anticipated that multiple providers will be contracted to provide services however there is no guarantee of the award of any Task Order Initiation of projects is based on need and funding Project size and quantity have not been defined When there is more than one project of similar size complexity and general location (unless there is an advantage to SWIM) an effort will be made to avoid use of the same provider for subsequent projects when other appropriately qualified providers are available Each provider with an IDIQ subcontract may have a different volume or number of project-specific task orders if any since need and available funding may vary
IV LIST OF POSITIONS
Below is an illustrative list of positions most likely to be requested under a RFTOP Other positions may be added that are specific to a task order
Key Personnel
bull IDIQ Manager (see Attachment C-1)
bull Quality Control Manager (see Attachment C-2)
Other Non-Key Personnel Positions
bull Architect
bull Civil Engineer
bull Construction Manager
bull Electrical Engineer
bull Environmental Engineer
bull Mechanical Engineer
bull Structural Engineer
bull Surveyor
bull Monitoring amp Evaluation Specialist
bull Transportation Engineer
bull Trainer
Page 6 of 20
V INSTRUCTIONS FOR PREPARATION OF THE TECHNICAL PROPOSAL
The RFQ must be written in English and must not reference pricing data to ensure the technical evaluation is made strictly based on technical merit
Offerors must fully complete the forms described below and attached at the end of this RFQ
Offerors must include a Data Universal Numbering System (DUNS) In accordance with FAR 52204-6 (OCT 2016) an offeror may obtain a DUNS number via the Internet at httpfedgovdnbcomwebform After obtaining a DUNS offeror is required to register on the System for Award Management (SAM) in order to qualify for subcontract awards per FAR 52204-7 (OCT 2016)
The Offeror shall organize and submit the proposal in the following order
A General Information Eligible Respondents must possess a license to do business in the Islamic Republic of Afghanistan and have adequate bonding capabilities (Form A)
B Comparable Construction Experience Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work (Form B)
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes scope items representative of the type of work described in the section ldquoTECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)rdquo Scope items for the comparable projects may include but are not limited to site assessment foundations single and occasionally multi-story buildings installation of utilities landscaping irrigation concrete and asphalt building renovations interior remodels and exterior improvements and other general facility work required maintaining facilities
Eligible Respondents must submit at a minimum two comparable projects successfully completed in the last 5 years Respondents must complete in section B the Comparable Project Experience Form B
Respondents are encouraged to submit a wide array of comparable projects demonstrating to SWIM the Respondents capability to perform as a general construction contractor
Respondents must have had full contractual responsibility for all the work required on the comparable projects While the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects Respondents must demonstrate their successful completion of projects simultaneously performed on multiple sites
Comparable projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods For each comparable project Respondents must complete the appropriate comparable construction experience forms included in this RFQ
Prepare and submit a separate narrative of not more than 2 pages describing the companyrsquos experience qualifications and ability to manage multiple projects simultaneously
C Qualifications and Relevant Experience Key Personnel Eligible contractors must employ and have available appropriately qualified and experienced Key Personnel (IDIQ Manager Quality Control Manager) as needed to provide required management services on this contract Respondents must complete the
Page 7 of 20
Key Personnel forms included in this RFQ (Forms C1-C2)
D Quality Eligible contractors must describe their overall quality program (Form D) AECOM has developed a Quality Control Plan detailing all aspects of the construction work This manual will be provided to the Subcontractor before construction commences and must be maintained on site at all times Failure to adhere to quality standards outlined in the manual may result in financial penalties Safety and Security Requirements The Subcontractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees The Subcontractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries The Subcontractor shall be solely liable for any injury or damage to any staff andor property during the course of the jobs This includes all costs involved with such injury or damage The Subcontractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community AECOM will provide the Subcontractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP) provided in Annex I The Subcontractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project The Contractor is also responsible for the security on the project site It is the Contractorrsquos responsibility to secure the site and all project works and material until handover of site Delivery and Storage of Materials and Equipment The Subcontractor shall be responsible for all materials transport storage and providing any necessary security containers and fencing and protection from the weather At the end of the project the Subcontractor shall remove all debris created by construction activities The Subcontractor is responsible to control all theft and unauthorized use of materials and equipment on site Deliverables during Construction Before and during the implementation of the project the Subcontractor shall deliver to AECOM the following
bull Schedule of the Works
bull Quality Control Plan ndash AECOM provided
bull Safety Plan ndash AECOM provided
bull Security Plan
bull Environmental Mitigation and Management Plan ndash AECOM provided
bull Submittals Register
bull Updates to the Work Schedule as Needed
bull Request for Acceptance Clean up The Subcontractor shall keep the work site clean and neat at all times removing all debris and refuse promptly at the end of each day from the site At the end of the project work the Subcontractor shall clean up the site to the satisfaction of AECOM and the beneficiary Change Order Any change in Plans Specifications and Deadlines proposed by the Contractor are required to be submitted to AECOM or their representative for approval in written form prior to the commencement of work Change orders that involve cost will only be considered if they do not modify
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 2 of 20
negotiation of fair and reasonable pricing
Type of Contract Indefinite Delivery-Indefinite Quantity with Fixed Price Task Orders
Maximum Ceiling Amount This is a multiple award Subcontract with an overall ceiling price of US$ 4500000 The maximum aggregate dollar value of task orders awarded to all Subcontractors cannot exceed the subcontract ceiling This ceiling is not being subdivided among the number of awardees nor is it being multiplied by the number of awardees
Contract Period Two (2) years with the option to renew for two additional one year terms subject to agreement by both parties
Licenses Required Firms must be properly registered under Afghan Law and hold professional licenses as required by the Government of The Islamic Republic of Afghanistan (GIRoA) for each person (eg architect engineer surveyor) performing under a contract based on this RFQ
Other Requirements
bull Minimum of five years of experience implementing construction projects in Afghanistan specifically in the North
bull Proven experienceperformance under international assistance programs in Afghanistan with preference for those funded by USAID
bull Demonstrated quality control quality assurance written policies and procedures
bull Demonstrated ability to obtain Payment and Performance Bonds
bull Has DUNS (Data Universal Numbering System) and is registered under the System for Award Management (SAM)
bull Annual audited financial statements for the last three (3) years
Issuance of this RFQ and the submittal of a proposal do not constitute a commitment on the part of the SWIM Project to make any awards nor does it constitute an obligation for any costs incurred in the preparation and submission of a proposal Awards will be subject to funds availability following the proper completion of required SWIM internal processes
Page 3 of 20
ATTACHMENT 1
STATEMENT OF WORK
I INTRODUCTION
Strengthening Watershed and Irrigation Management (SWIM) is a five-year USAID-funded program for Afghanistan implemented by AECOM with a main office in Kabul Afghanistan and implementing program office in Mazar-e-Sharif SWIM is designed to amplify the results of the Regional Agricultural Development Programs (RADPs) support Ministry of Agriculture Irrigation and Livestock (MAIL) and Ministry of Energy and Water (MEW) in rolling out the Water Law and implementing the NIP (National Irrigation Plan) and build on the successes of past GIRoA and donor investments all while equipping government ministries their staff and community counterparts to better manage water resources
The SWIM Programrsquos three technical components are
1) Increased Productive and Sustainable Use of Water in Agriculture 2) Strengthen the Water Regulatory Framework and 3) Strengthen Capacity of Local Entities to Manage Water Resources
SWIM seeks to identify qualified construction firms with substantial Afghan experience and a commitment to quality in order to support irrigation rehabilitation watershed restoration oversight of construction or rehabilitation as well as longer term operations and maintenance issues
SWIM requires timely and cost effective construction services AECOM SWIM is seeking a response to this Request for Qualifications (RFQ) for Engineering and Construction Services for Indefinite Delivery Indefinite Quantity (IDIQ) contract awards The purpose of the resulting IDIQ is generally intended to obtain rehabilitation and or restoration activities for less than US$ 300000 each that need to be completed in a time sensitive manner AECOM SWIM reserves the right to issue RFQs for special projects
The IDIQ contract will serve as a master agreement with no monetary value Because of the indefinite nature of the need for services there is no guarantee of project assignment to the firms selected Individual task orders will be issued for work conducted under this IDIQ AECOM SWIM will issue competitive Requests for Task Order Proposals (RFTOPs) to the IDIQ awardees for any defined piece of work to which the awardees are to promptly respond within ten (10) business days with a brief technical proposal and corresponding budget Task Orders will generally be issued through Fixed Price Contracts The number of Task Orders to be issued under this IDIQ is unknown and will be contingent on project requirements and based on USAID approvals for specific initiatives in the North Region of Afghanistan If the proposal and corresponding budget meet AECOMrsquos requirements the task order will be awarded to the successful recipient who must conduct the work according to the task orderrsquos specifications It should be noted that all of the task orders over US$ 150000 are subject to USAID approval on an activity-by-activity basis
Contracted firms may be awarded one or more assignments as projects become available and based on the availability of the firm Award of an IDIQ contract or subsequent task order under an IDIQ contract will not disqualify a firm from responding to any future project for which a project-specific RFQ may be issued
IDIQ contracts will be awarded to up to five (5) providers for a period of two (2) years with the option to
Page 4 of 20
renew for two additional one year terms subject to agreement by both parties Project-specific assignments will be made within the time during which the IDIQ agreement is valid To remain valid qualifications must be updated by the provider to reflect any significant changes in the providerrsquos ownership structure or method of operation or when requested by AECOM SWIM Duration of the agreement for each assignment will be negotiated and documented in the provider contract for each project-specific assignment
It is the intention of AECOM SWIM to retain the services of the best qualified firms for the size of the projects contemplated and project time lines
II TECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)
The SWIM approach emphasizes working in partnership with communities throughout all planning implementation monitoring and evaluation activities and to support communities in taking ownership of activities (including infrastructure activities) once SWIM inputs are completed
Through this IDIQ qualified firms will play an active role in these community-driven processes under the leadership of AECOM SWIM staff Pre-qualified construction firms who receive IDIQ subcontracts and subsequent task orders may work as part of the SWIM team at the community district regional and provincial levels and in partnership with Afghan representatives of the Ministry of Agriculture Irrigation and Livestock (MAIL) Ministry of Energy and Water (MEW) and National Environmental Protection Agency (NEPA) in conducting SWIM activities
It is anticipated that the selected organizations may be assigned to perform the following under task orders awards
bull Given responsibility for one or more parts of the required services
bull Assigned to key infrastructure responsibilities in a particular province of the North Region of Afghanistan
bull Provide general assistance to infrastructure components that are replicated across a number of projects
It is also anticipated that organization(s) awarded task orders will be engaged by SWIM in longer term roles for defined scopes of work that address key infrastructure needs on the SWIM program
Services include but are not limited to design and engineering services for the preparation of
bull Evaluation of existing structures for repair reuse and renovation and prepare specifications to remediate
bull technical reports including site specific conditions and as-built documentation
bull engineering investigations and concept studies including recommended alternatives for project elements and project delivery methods
bull filing applications and securing permits interagency approvals utilities service letters and approvals
bull operations and maintenance manuals
bull quality assurance programs
bull environmental impact considerations
bull construction consultation (including construction administration and construction management)
bull land surveying
Page 5 of 20
bull hydro geological surveys
bull rural and urban water studies
bull geotechnical investigations and post-construction award services
The services to be provided shall be in strict compliance with all Afghan laws and USAID and AECOM regulations
Projects may include but are not limited to canal lining intakes and other hydraulic structures rehabilitation repair or replacement of canals gates check dams land leveling Training capacity building construction management inspection surveillance and monitoring services during construction phase may be included All services shall be provided by qualified professional credentialed personnel in-house or with qualified professionals subcontracted with sufficient on-site expertise
III ESTIMATED QUANTITY OF SERVICES
The technical scope and price of a task order awarded to the providers will vary depending on project need schedule providerrsquos work load and availability of funding It is anticipated that multiple providers will be contracted to provide services however there is no guarantee of the award of any Task Order Initiation of projects is based on need and funding Project size and quantity have not been defined When there is more than one project of similar size complexity and general location (unless there is an advantage to SWIM) an effort will be made to avoid use of the same provider for subsequent projects when other appropriately qualified providers are available Each provider with an IDIQ subcontract may have a different volume or number of project-specific task orders if any since need and available funding may vary
IV LIST OF POSITIONS
Below is an illustrative list of positions most likely to be requested under a RFTOP Other positions may be added that are specific to a task order
Key Personnel
bull IDIQ Manager (see Attachment C-1)
bull Quality Control Manager (see Attachment C-2)
Other Non-Key Personnel Positions
bull Architect
bull Civil Engineer
bull Construction Manager
bull Electrical Engineer
bull Environmental Engineer
bull Mechanical Engineer
bull Structural Engineer
bull Surveyor
bull Monitoring amp Evaluation Specialist
bull Transportation Engineer
bull Trainer
Page 6 of 20
V INSTRUCTIONS FOR PREPARATION OF THE TECHNICAL PROPOSAL
The RFQ must be written in English and must not reference pricing data to ensure the technical evaluation is made strictly based on technical merit
Offerors must fully complete the forms described below and attached at the end of this RFQ
Offerors must include a Data Universal Numbering System (DUNS) In accordance with FAR 52204-6 (OCT 2016) an offeror may obtain a DUNS number via the Internet at httpfedgovdnbcomwebform After obtaining a DUNS offeror is required to register on the System for Award Management (SAM) in order to qualify for subcontract awards per FAR 52204-7 (OCT 2016)
The Offeror shall organize and submit the proposal in the following order
A General Information Eligible Respondents must possess a license to do business in the Islamic Republic of Afghanistan and have adequate bonding capabilities (Form A)
B Comparable Construction Experience Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work (Form B)
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes scope items representative of the type of work described in the section ldquoTECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)rdquo Scope items for the comparable projects may include but are not limited to site assessment foundations single and occasionally multi-story buildings installation of utilities landscaping irrigation concrete and asphalt building renovations interior remodels and exterior improvements and other general facility work required maintaining facilities
Eligible Respondents must submit at a minimum two comparable projects successfully completed in the last 5 years Respondents must complete in section B the Comparable Project Experience Form B
Respondents are encouraged to submit a wide array of comparable projects demonstrating to SWIM the Respondents capability to perform as a general construction contractor
Respondents must have had full contractual responsibility for all the work required on the comparable projects While the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects Respondents must demonstrate their successful completion of projects simultaneously performed on multiple sites
Comparable projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods For each comparable project Respondents must complete the appropriate comparable construction experience forms included in this RFQ
Prepare and submit a separate narrative of not more than 2 pages describing the companyrsquos experience qualifications and ability to manage multiple projects simultaneously
C Qualifications and Relevant Experience Key Personnel Eligible contractors must employ and have available appropriately qualified and experienced Key Personnel (IDIQ Manager Quality Control Manager) as needed to provide required management services on this contract Respondents must complete the
Page 7 of 20
Key Personnel forms included in this RFQ (Forms C1-C2)
D Quality Eligible contractors must describe their overall quality program (Form D) AECOM has developed a Quality Control Plan detailing all aspects of the construction work This manual will be provided to the Subcontractor before construction commences and must be maintained on site at all times Failure to adhere to quality standards outlined in the manual may result in financial penalties Safety and Security Requirements The Subcontractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees The Subcontractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries The Subcontractor shall be solely liable for any injury or damage to any staff andor property during the course of the jobs This includes all costs involved with such injury or damage The Subcontractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community AECOM will provide the Subcontractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP) provided in Annex I The Subcontractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project The Contractor is also responsible for the security on the project site It is the Contractorrsquos responsibility to secure the site and all project works and material until handover of site Delivery and Storage of Materials and Equipment The Subcontractor shall be responsible for all materials transport storage and providing any necessary security containers and fencing and protection from the weather At the end of the project the Subcontractor shall remove all debris created by construction activities The Subcontractor is responsible to control all theft and unauthorized use of materials and equipment on site Deliverables during Construction Before and during the implementation of the project the Subcontractor shall deliver to AECOM the following
bull Schedule of the Works
bull Quality Control Plan ndash AECOM provided
bull Safety Plan ndash AECOM provided
bull Security Plan
bull Environmental Mitigation and Management Plan ndash AECOM provided
bull Submittals Register
bull Updates to the Work Schedule as Needed
bull Request for Acceptance Clean up The Subcontractor shall keep the work site clean and neat at all times removing all debris and refuse promptly at the end of each day from the site At the end of the project work the Subcontractor shall clean up the site to the satisfaction of AECOM and the beneficiary Change Order Any change in Plans Specifications and Deadlines proposed by the Contractor are required to be submitted to AECOM or their representative for approval in written form prior to the commencement of work Change orders that involve cost will only be considered if they do not modify
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 3 of 20
ATTACHMENT 1
STATEMENT OF WORK
I INTRODUCTION
Strengthening Watershed and Irrigation Management (SWIM) is a five-year USAID-funded program for Afghanistan implemented by AECOM with a main office in Kabul Afghanistan and implementing program office in Mazar-e-Sharif SWIM is designed to amplify the results of the Regional Agricultural Development Programs (RADPs) support Ministry of Agriculture Irrigation and Livestock (MAIL) and Ministry of Energy and Water (MEW) in rolling out the Water Law and implementing the NIP (National Irrigation Plan) and build on the successes of past GIRoA and donor investments all while equipping government ministries their staff and community counterparts to better manage water resources
The SWIM Programrsquos three technical components are
1) Increased Productive and Sustainable Use of Water in Agriculture 2) Strengthen the Water Regulatory Framework and 3) Strengthen Capacity of Local Entities to Manage Water Resources
SWIM seeks to identify qualified construction firms with substantial Afghan experience and a commitment to quality in order to support irrigation rehabilitation watershed restoration oversight of construction or rehabilitation as well as longer term operations and maintenance issues
SWIM requires timely and cost effective construction services AECOM SWIM is seeking a response to this Request for Qualifications (RFQ) for Engineering and Construction Services for Indefinite Delivery Indefinite Quantity (IDIQ) contract awards The purpose of the resulting IDIQ is generally intended to obtain rehabilitation and or restoration activities for less than US$ 300000 each that need to be completed in a time sensitive manner AECOM SWIM reserves the right to issue RFQs for special projects
The IDIQ contract will serve as a master agreement with no monetary value Because of the indefinite nature of the need for services there is no guarantee of project assignment to the firms selected Individual task orders will be issued for work conducted under this IDIQ AECOM SWIM will issue competitive Requests for Task Order Proposals (RFTOPs) to the IDIQ awardees for any defined piece of work to which the awardees are to promptly respond within ten (10) business days with a brief technical proposal and corresponding budget Task Orders will generally be issued through Fixed Price Contracts The number of Task Orders to be issued under this IDIQ is unknown and will be contingent on project requirements and based on USAID approvals for specific initiatives in the North Region of Afghanistan If the proposal and corresponding budget meet AECOMrsquos requirements the task order will be awarded to the successful recipient who must conduct the work according to the task orderrsquos specifications It should be noted that all of the task orders over US$ 150000 are subject to USAID approval on an activity-by-activity basis
Contracted firms may be awarded one or more assignments as projects become available and based on the availability of the firm Award of an IDIQ contract or subsequent task order under an IDIQ contract will not disqualify a firm from responding to any future project for which a project-specific RFQ may be issued
IDIQ contracts will be awarded to up to five (5) providers for a period of two (2) years with the option to
Page 4 of 20
renew for two additional one year terms subject to agreement by both parties Project-specific assignments will be made within the time during which the IDIQ agreement is valid To remain valid qualifications must be updated by the provider to reflect any significant changes in the providerrsquos ownership structure or method of operation or when requested by AECOM SWIM Duration of the agreement for each assignment will be negotiated and documented in the provider contract for each project-specific assignment
It is the intention of AECOM SWIM to retain the services of the best qualified firms for the size of the projects contemplated and project time lines
II TECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)
The SWIM approach emphasizes working in partnership with communities throughout all planning implementation monitoring and evaluation activities and to support communities in taking ownership of activities (including infrastructure activities) once SWIM inputs are completed
Through this IDIQ qualified firms will play an active role in these community-driven processes under the leadership of AECOM SWIM staff Pre-qualified construction firms who receive IDIQ subcontracts and subsequent task orders may work as part of the SWIM team at the community district regional and provincial levels and in partnership with Afghan representatives of the Ministry of Agriculture Irrigation and Livestock (MAIL) Ministry of Energy and Water (MEW) and National Environmental Protection Agency (NEPA) in conducting SWIM activities
It is anticipated that the selected organizations may be assigned to perform the following under task orders awards
bull Given responsibility for one or more parts of the required services
bull Assigned to key infrastructure responsibilities in a particular province of the North Region of Afghanistan
bull Provide general assistance to infrastructure components that are replicated across a number of projects
It is also anticipated that organization(s) awarded task orders will be engaged by SWIM in longer term roles for defined scopes of work that address key infrastructure needs on the SWIM program
Services include but are not limited to design and engineering services for the preparation of
bull Evaluation of existing structures for repair reuse and renovation and prepare specifications to remediate
bull technical reports including site specific conditions and as-built documentation
bull engineering investigations and concept studies including recommended alternatives for project elements and project delivery methods
bull filing applications and securing permits interagency approvals utilities service letters and approvals
bull operations and maintenance manuals
bull quality assurance programs
bull environmental impact considerations
bull construction consultation (including construction administration and construction management)
bull land surveying
Page 5 of 20
bull hydro geological surveys
bull rural and urban water studies
bull geotechnical investigations and post-construction award services
The services to be provided shall be in strict compliance with all Afghan laws and USAID and AECOM regulations
Projects may include but are not limited to canal lining intakes and other hydraulic structures rehabilitation repair or replacement of canals gates check dams land leveling Training capacity building construction management inspection surveillance and monitoring services during construction phase may be included All services shall be provided by qualified professional credentialed personnel in-house or with qualified professionals subcontracted with sufficient on-site expertise
III ESTIMATED QUANTITY OF SERVICES
The technical scope and price of a task order awarded to the providers will vary depending on project need schedule providerrsquos work load and availability of funding It is anticipated that multiple providers will be contracted to provide services however there is no guarantee of the award of any Task Order Initiation of projects is based on need and funding Project size and quantity have not been defined When there is more than one project of similar size complexity and general location (unless there is an advantage to SWIM) an effort will be made to avoid use of the same provider for subsequent projects when other appropriately qualified providers are available Each provider with an IDIQ subcontract may have a different volume or number of project-specific task orders if any since need and available funding may vary
IV LIST OF POSITIONS
Below is an illustrative list of positions most likely to be requested under a RFTOP Other positions may be added that are specific to a task order
Key Personnel
bull IDIQ Manager (see Attachment C-1)
bull Quality Control Manager (see Attachment C-2)
Other Non-Key Personnel Positions
bull Architect
bull Civil Engineer
bull Construction Manager
bull Electrical Engineer
bull Environmental Engineer
bull Mechanical Engineer
bull Structural Engineer
bull Surveyor
bull Monitoring amp Evaluation Specialist
bull Transportation Engineer
bull Trainer
Page 6 of 20
V INSTRUCTIONS FOR PREPARATION OF THE TECHNICAL PROPOSAL
The RFQ must be written in English and must not reference pricing data to ensure the technical evaluation is made strictly based on technical merit
Offerors must fully complete the forms described below and attached at the end of this RFQ
Offerors must include a Data Universal Numbering System (DUNS) In accordance with FAR 52204-6 (OCT 2016) an offeror may obtain a DUNS number via the Internet at httpfedgovdnbcomwebform After obtaining a DUNS offeror is required to register on the System for Award Management (SAM) in order to qualify for subcontract awards per FAR 52204-7 (OCT 2016)
The Offeror shall organize and submit the proposal in the following order
A General Information Eligible Respondents must possess a license to do business in the Islamic Republic of Afghanistan and have adequate bonding capabilities (Form A)
B Comparable Construction Experience Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work (Form B)
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes scope items representative of the type of work described in the section ldquoTECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)rdquo Scope items for the comparable projects may include but are not limited to site assessment foundations single and occasionally multi-story buildings installation of utilities landscaping irrigation concrete and asphalt building renovations interior remodels and exterior improvements and other general facility work required maintaining facilities
Eligible Respondents must submit at a minimum two comparable projects successfully completed in the last 5 years Respondents must complete in section B the Comparable Project Experience Form B
Respondents are encouraged to submit a wide array of comparable projects demonstrating to SWIM the Respondents capability to perform as a general construction contractor
Respondents must have had full contractual responsibility for all the work required on the comparable projects While the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects Respondents must demonstrate their successful completion of projects simultaneously performed on multiple sites
Comparable projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods For each comparable project Respondents must complete the appropriate comparable construction experience forms included in this RFQ
Prepare and submit a separate narrative of not more than 2 pages describing the companyrsquos experience qualifications and ability to manage multiple projects simultaneously
C Qualifications and Relevant Experience Key Personnel Eligible contractors must employ and have available appropriately qualified and experienced Key Personnel (IDIQ Manager Quality Control Manager) as needed to provide required management services on this contract Respondents must complete the
Page 7 of 20
Key Personnel forms included in this RFQ (Forms C1-C2)
D Quality Eligible contractors must describe their overall quality program (Form D) AECOM has developed a Quality Control Plan detailing all aspects of the construction work This manual will be provided to the Subcontractor before construction commences and must be maintained on site at all times Failure to adhere to quality standards outlined in the manual may result in financial penalties Safety and Security Requirements The Subcontractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees The Subcontractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries The Subcontractor shall be solely liable for any injury or damage to any staff andor property during the course of the jobs This includes all costs involved with such injury or damage The Subcontractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community AECOM will provide the Subcontractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP) provided in Annex I The Subcontractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project The Contractor is also responsible for the security on the project site It is the Contractorrsquos responsibility to secure the site and all project works and material until handover of site Delivery and Storage of Materials and Equipment The Subcontractor shall be responsible for all materials transport storage and providing any necessary security containers and fencing and protection from the weather At the end of the project the Subcontractor shall remove all debris created by construction activities The Subcontractor is responsible to control all theft and unauthorized use of materials and equipment on site Deliverables during Construction Before and during the implementation of the project the Subcontractor shall deliver to AECOM the following
bull Schedule of the Works
bull Quality Control Plan ndash AECOM provided
bull Safety Plan ndash AECOM provided
bull Security Plan
bull Environmental Mitigation and Management Plan ndash AECOM provided
bull Submittals Register
bull Updates to the Work Schedule as Needed
bull Request for Acceptance Clean up The Subcontractor shall keep the work site clean and neat at all times removing all debris and refuse promptly at the end of each day from the site At the end of the project work the Subcontractor shall clean up the site to the satisfaction of AECOM and the beneficiary Change Order Any change in Plans Specifications and Deadlines proposed by the Contractor are required to be submitted to AECOM or their representative for approval in written form prior to the commencement of work Change orders that involve cost will only be considered if they do not modify
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 4 of 20
renew for two additional one year terms subject to agreement by both parties Project-specific assignments will be made within the time during which the IDIQ agreement is valid To remain valid qualifications must be updated by the provider to reflect any significant changes in the providerrsquos ownership structure or method of operation or when requested by AECOM SWIM Duration of the agreement for each assignment will be negotiated and documented in the provider contract for each project-specific assignment
It is the intention of AECOM SWIM to retain the services of the best qualified firms for the size of the projects contemplated and project time lines
II TECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)
The SWIM approach emphasizes working in partnership with communities throughout all planning implementation monitoring and evaluation activities and to support communities in taking ownership of activities (including infrastructure activities) once SWIM inputs are completed
Through this IDIQ qualified firms will play an active role in these community-driven processes under the leadership of AECOM SWIM staff Pre-qualified construction firms who receive IDIQ subcontracts and subsequent task orders may work as part of the SWIM team at the community district regional and provincial levels and in partnership with Afghan representatives of the Ministry of Agriculture Irrigation and Livestock (MAIL) Ministry of Energy and Water (MEW) and National Environmental Protection Agency (NEPA) in conducting SWIM activities
It is anticipated that the selected organizations may be assigned to perform the following under task orders awards
bull Given responsibility for one or more parts of the required services
bull Assigned to key infrastructure responsibilities in a particular province of the North Region of Afghanistan
bull Provide general assistance to infrastructure components that are replicated across a number of projects
It is also anticipated that organization(s) awarded task orders will be engaged by SWIM in longer term roles for defined scopes of work that address key infrastructure needs on the SWIM program
Services include but are not limited to design and engineering services for the preparation of
bull Evaluation of existing structures for repair reuse and renovation and prepare specifications to remediate
bull technical reports including site specific conditions and as-built documentation
bull engineering investigations and concept studies including recommended alternatives for project elements and project delivery methods
bull filing applications and securing permits interagency approvals utilities service letters and approvals
bull operations and maintenance manuals
bull quality assurance programs
bull environmental impact considerations
bull construction consultation (including construction administration and construction management)
bull land surveying
Page 5 of 20
bull hydro geological surveys
bull rural and urban water studies
bull geotechnical investigations and post-construction award services
The services to be provided shall be in strict compliance with all Afghan laws and USAID and AECOM regulations
Projects may include but are not limited to canal lining intakes and other hydraulic structures rehabilitation repair or replacement of canals gates check dams land leveling Training capacity building construction management inspection surveillance and monitoring services during construction phase may be included All services shall be provided by qualified professional credentialed personnel in-house or with qualified professionals subcontracted with sufficient on-site expertise
III ESTIMATED QUANTITY OF SERVICES
The technical scope and price of a task order awarded to the providers will vary depending on project need schedule providerrsquos work load and availability of funding It is anticipated that multiple providers will be contracted to provide services however there is no guarantee of the award of any Task Order Initiation of projects is based on need and funding Project size and quantity have not been defined When there is more than one project of similar size complexity and general location (unless there is an advantage to SWIM) an effort will be made to avoid use of the same provider for subsequent projects when other appropriately qualified providers are available Each provider with an IDIQ subcontract may have a different volume or number of project-specific task orders if any since need and available funding may vary
IV LIST OF POSITIONS
Below is an illustrative list of positions most likely to be requested under a RFTOP Other positions may be added that are specific to a task order
Key Personnel
bull IDIQ Manager (see Attachment C-1)
bull Quality Control Manager (see Attachment C-2)
Other Non-Key Personnel Positions
bull Architect
bull Civil Engineer
bull Construction Manager
bull Electrical Engineer
bull Environmental Engineer
bull Mechanical Engineer
bull Structural Engineer
bull Surveyor
bull Monitoring amp Evaluation Specialist
bull Transportation Engineer
bull Trainer
Page 6 of 20
V INSTRUCTIONS FOR PREPARATION OF THE TECHNICAL PROPOSAL
The RFQ must be written in English and must not reference pricing data to ensure the technical evaluation is made strictly based on technical merit
Offerors must fully complete the forms described below and attached at the end of this RFQ
Offerors must include a Data Universal Numbering System (DUNS) In accordance with FAR 52204-6 (OCT 2016) an offeror may obtain a DUNS number via the Internet at httpfedgovdnbcomwebform After obtaining a DUNS offeror is required to register on the System for Award Management (SAM) in order to qualify for subcontract awards per FAR 52204-7 (OCT 2016)
The Offeror shall organize and submit the proposal in the following order
A General Information Eligible Respondents must possess a license to do business in the Islamic Republic of Afghanistan and have adequate bonding capabilities (Form A)
B Comparable Construction Experience Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work (Form B)
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes scope items representative of the type of work described in the section ldquoTECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)rdquo Scope items for the comparable projects may include but are not limited to site assessment foundations single and occasionally multi-story buildings installation of utilities landscaping irrigation concrete and asphalt building renovations interior remodels and exterior improvements and other general facility work required maintaining facilities
Eligible Respondents must submit at a minimum two comparable projects successfully completed in the last 5 years Respondents must complete in section B the Comparable Project Experience Form B
Respondents are encouraged to submit a wide array of comparable projects demonstrating to SWIM the Respondents capability to perform as a general construction contractor
Respondents must have had full contractual responsibility for all the work required on the comparable projects While the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects Respondents must demonstrate their successful completion of projects simultaneously performed on multiple sites
Comparable projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods For each comparable project Respondents must complete the appropriate comparable construction experience forms included in this RFQ
Prepare and submit a separate narrative of not more than 2 pages describing the companyrsquos experience qualifications and ability to manage multiple projects simultaneously
C Qualifications and Relevant Experience Key Personnel Eligible contractors must employ and have available appropriately qualified and experienced Key Personnel (IDIQ Manager Quality Control Manager) as needed to provide required management services on this contract Respondents must complete the
Page 7 of 20
Key Personnel forms included in this RFQ (Forms C1-C2)
D Quality Eligible contractors must describe their overall quality program (Form D) AECOM has developed a Quality Control Plan detailing all aspects of the construction work This manual will be provided to the Subcontractor before construction commences and must be maintained on site at all times Failure to adhere to quality standards outlined in the manual may result in financial penalties Safety and Security Requirements The Subcontractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees The Subcontractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries The Subcontractor shall be solely liable for any injury or damage to any staff andor property during the course of the jobs This includes all costs involved with such injury or damage The Subcontractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community AECOM will provide the Subcontractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP) provided in Annex I The Subcontractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project The Contractor is also responsible for the security on the project site It is the Contractorrsquos responsibility to secure the site and all project works and material until handover of site Delivery and Storage of Materials and Equipment The Subcontractor shall be responsible for all materials transport storage and providing any necessary security containers and fencing and protection from the weather At the end of the project the Subcontractor shall remove all debris created by construction activities The Subcontractor is responsible to control all theft and unauthorized use of materials and equipment on site Deliverables during Construction Before and during the implementation of the project the Subcontractor shall deliver to AECOM the following
bull Schedule of the Works
bull Quality Control Plan ndash AECOM provided
bull Safety Plan ndash AECOM provided
bull Security Plan
bull Environmental Mitigation and Management Plan ndash AECOM provided
bull Submittals Register
bull Updates to the Work Schedule as Needed
bull Request for Acceptance Clean up The Subcontractor shall keep the work site clean and neat at all times removing all debris and refuse promptly at the end of each day from the site At the end of the project work the Subcontractor shall clean up the site to the satisfaction of AECOM and the beneficiary Change Order Any change in Plans Specifications and Deadlines proposed by the Contractor are required to be submitted to AECOM or their representative for approval in written form prior to the commencement of work Change orders that involve cost will only be considered if they do not modify
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 5 of 20
bull hydro geological surveys
bull rural and urban water studies
bull geotechnical investigations and post-construction award services
The services to be provided shall be in strict compliance with all Afghan laws and USAID and AECOM regulations
Projects may include but are not limited to canal lining intakes and other hydraulic structures rehabilitation repair or replacement of canals gates check dams land leveling Training capacity building construction management inspection surveillance and monitoring services during construction phase may be included All services shall be provided by qualified professional credentialed personnel in-house or with qualified professionals subcontracted with sufficient on-site expertise
III ESTIMATED QUANTITY OF SERVICES
The technical scope and price of a task order awarded to the providers will vary depending on project need schedule providerrsquos work load and availability of funding It is anticipated that multiple providers will be contracted to provide services however there is no guarantee of the award of any Task Order Initiation of projects is based on need and funding Project size and quantity have not been defined When there is more than one project of similar size complexity and general location (unless there is an advantage to SWIM) an effort will be made to avoid use of the same provider for subsequent projects when other appropriately qualified providers are available Each provider with an IDIQ subcontract may have a different volume or number of project-specific task orders if any since need and available funding may vary
IV LIST OF POSITIONS
Below is an illustrative list of positions most likely to be requested under a RFTOP Other positions may be added that are specific to a task order
Key Personnel
bull IDIQ Manager (see Attachment C-1)
bull Quality Control Manager (see Attachment C-2)
Other Non-Key Personnel Positions
bull Architect
bull Civil Engineer
bull Construction Manager
bull Electrical Engineer
bull Environmental Engineer
bull Mechanical Engineer
bull Structural Engineer
bull Surveyor
bull Monitoring amp Evaluation Specialist
bull Transportation Engineer
bull Trainer
Page 6 of 20
V INSTRUCTIONS FOR PREPARATION OF THE TECHNICAL PROPOSAL
The RFQ must be written in English and must not reference pricing data to ensure the technical evaluation is made strictly based on technical merit
Offerors must fully complete the forms described below and attached at the end of this RFQ
Offerors must include a Data Universal Numbering System (DUNS) In accordance with FAR 52204-6 (OCT 2016) an offeror may obtain a DUNS number via the Internet at httpfedgovdnbcomwebform After obtaining a DUNS offeror is required to register on the System for Award Management (SAM) in order to qualify for subcontract awards per FAR 52204-7 (OCT 2016)
The Offeror shall organize and submit the proposal in the following order
A General Information Eligible Respondents must possess a license to do business in the Islamic Republic of Afghanistan and have adequate bonding capabilities (Form A)
B Comparable Construction Experience Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work (Form B)
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes scope items representative of the type of work described in the section ldquoTECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)rdquo Scope items for the comparable projects may include but are not limited to site assessment foundations single and occasionally multi-story buildings installation of utilities landscaping irrigation concrete and asphalt building renovations interior remodels and exterior improvements and other general facility work required maintaining facilities
Eligible Respondents must submit at a minimum two comparable projects successfully completed in the last 5 years Respondents must complete in section B the Comparable Project Experience Form B
Respondents are encouraged to submit a wide array of comparable projects demonstrating to SWIM the Respondents capability to perform as a general construction contractor
Respondents must have had full contractual responsibility for all the work required on the comparable projects While the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects Respondents must demonstrate their successful completion of projects simultaneously performed on multiple sites
Comparable projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods For each comparable project Respondents must complete the appropriate comparable construction experience forms included in this RFQ
Prepare and submit a separate narrative of not more than 2 pages describing the companyrsquos experience qualifications and ability to manage multiple projects simultaneously
C Qualifications and Relevant Experience Key Personnel Eligible contractors must employ and have available appropriately qualified and experienced Key Personnel (IDIQ Manager Quality Control Manager) as needed to provide required management services on this contract Respondents must complete the
Page 7 of 20
Key Personnel forms included in this RFQ (Forms C1-C2)
D Quality Eligible contractors must describe their overall quality program (Form D) AECOM has developed a Quality Control Plan detailing all aspects of the construction work This manual will be provided to the Subcontractor before construction commences and must be maintained on site at all times Failure to adhere to quality standards outlined in the manual may result in financial penalties Safety and Security Requirements The Subcontractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees The Subcontractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries The Subcontractor shall be solely liable for any injury or damage to any staff andor property during the course of the jobs This includes all costs involved with such injury or damage The Subcontractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community AECOM will provide the Subcontractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP) provided in Annex I The Subcontractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project The Contractor is also responsible for the security on the project site It is the Contractorrsquos responsibility to secure the site and all project works and material until handover of site Delivery and Storage of Materials and Equipment The Subcontractor shall be responsible for all materials transport storage and providing any necessary security containers and fencing and protection from the weather At the end of the project the Subcontractor shall remove all debris created by construction activities The Subcontractor is responsible to control all theft and unauthorized use of materials and equipment on site Deliverables during Construction Before and during the implementation of the project the Subcontractor shall deliver to AECOM the following
bull Schedule of the Works
bull Quality Control Plan ndash AECOM provided
bull Safety Plan ndash AECOM provided
bull Security Plan
bull Environmental Mitigation and Management Plan ndash AECOM provided
bull Submittals Register
bull Updates to the Work Schedule as Needed
bull Request for Acceptance Clean up The Subcontractor shall keep the work site clean and neat at all times removing all debris and refuse promptly at the end of each day from the site At the end of the project work the Subcontractor shall clean up the site to the satisfaction of AECOM and the beneficiary Change Order Any change in Plans Specifications and Deadlines proposed by the Contractor are required to be submitted to AECOM or their representative for approval in written form prior to the commencement of work Change orders that involve cost will only be considered if they do not modify
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 6 of 20
V INSTRUCTIONS FOR PREPARATION OF THE TECHNICAL PROPOSAL
The RFQ must be written in English and must not reference pricing data to ensure the technical evaluation is made strictly based on technical merit
Offerors must fully complete the forms described below and attached at the end of this RFQ
Offerors must include a Data Universal Numbering System (DUNS) In accordance with FAR 52204-6 (OCT 2016) an offeror may obtain a DUNS number via the Internet at httpfedgovdnbcomwebform After obtaining a DUNS offeror is required to register on the System for Award Management (SAM) in order to qualify for subcontract awards per FAR 52204-7 (OCT 2016)
The Offeror shall organize and submit the proposal in the following order
A General Information Eligible Respondents must possess a license to do business in the Islamic Republic of Afghanistan and have adequate bonding capabilities (Form A)
B Comparable Construction Experience Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work (Form B)
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes scope items representative of the type of work described in the section ldquoTECHNICAL SERVICES REQUIRED FROM THE PROFESSIONAL SERVICE PROVIDER (PSP)rdquo Scope items for the comparable projects may include but are not limited to site assessment foundations single and occasionally multi-story buildings installation of utilities landscaping irrigation concrete and asphalt building renovations interior remodels and exterior improvements and other general facility work required maintaining facilities
Eligible Respondents must submit at a minimum two comparable projects successfully completed in the last 5 years Respondents must complete in section B the Comparable Project Experience Form B
Respondents are encouraged to submit a wide array of comparable projects demonstrating to SWIM the Respondents capability to perform as a general construction contractor
Respondents must have had full contractual responsibility for all the work required on the comparable projects While the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects Respondents must demonstrate their successful completion of projects simultaneously performed on multiple sites
Comparable projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods For each comparable project Respondents must complete the appropriate comparable construction experience forms included in this RFQ
Prepare and submit a separate narrative of not more than 2 pages describing the companyrsquos experience qualifications and ability to manage multiple projects simultaneously
C Qualifications and Relevant Experience Key Personnel Eligible contractors must employ and have available appropriately qualified and experienced Key Personnel (IDIQ Manager Quality Control Manager) as needed to provide required management services on this contract Respondents must complete the
Page 7 of 20
Key Personnel forms included in this RFQ (Forms C1-C2)
D Quality Eligible contractors must describe their overall quality program (Form D) AECOM has developed a Quality Control Plan detailing all aspects of the construction work This manual will be provided to the Subcontractor before construction commences and must be maintained on site at all times Failure to adhere to quality standards outlined in the manual may result in financial penalties Safety and Security Requirements The Subcontractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees The Subcontractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries The Subcontractor shall be solely liable for any injury or damage to any staff andor property during the course of the jobs This includes all costs involved with such injury or damage The Subcontractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community AECOM will provide the Subcontractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP) provided in Annex I The Subcontractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project The Contractor is also responsible for the security on the project site It is the Contractorrsquos responsibility to secure the site and all project works and material until handover of site Delivery and Storage of Materials and Equipment The Subcontractor shall be responsible for all materials transport storage and providing any necessary security containers and fencing and protection from the weather At the end of the project the Subcontractor shall remove all debris created by construction activities The Subcontractor is responsible to control all theft and unauthorized use of materials and equipment on site Deliverables during Construction Before and during the implementation of the project the Subcontractor shall deliver to AECOM the following
bull Schedule of the Works
bull Quality Control Plan ndash AECOM provided
bull Safety Plan ndash AECOM provided
bull Security Plan
bull Environmental Mitigation and Management Plan ndash AECOM provided
bull Submittals Register
bull Updates to the Work Schedule as Needed
bull Request for Acceptance Clean up The Subcontractor shall keep the work site clean and neat at all times removing all debris and refuse promptly at the end of each day from the site At the end of the project work the Subcontractor shall clean up the site to the satisfaction of AECOM and the beneficiary Change Order Any change in Plans Specifications and Deadlines proposed by the Contractor are required to be submitted to AECOM or their representative for approval in written form prior to the commencement of work Change orders that involve cost will only be considered if they do not modify
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 7 of 20
Key Personnel forms included in this RFQ (Forms C1-C2)
D Quality Eligible contractors must describe their overall quality program (Form D) AECOM has developed a Quality Control Plan detailing all aspects of the construction work This manual will be provided to the Subcontractor before construction commences and must be maintained on site at all times Failure to adhere to quality standards outlined in the manual may result in financial penalties Safety and Security Requirements The Subcontractor shall ensure that employees are supplied with proper safety equipment and follow procedures that protect Contractor employees The Subcontractor shall establish a safety zone around the work areas and establish safety practices to prevent staff injuries The Subcontractor shall be solely liable for any injury or damage to any staff andor property during the course of the jobs This includes all costs involved with such injury or damage The Subcontractor is also responsible to ensure all staff and laborers have access to adequate sanitation as is acceptable in the community AECOM will provide the Subcontractor with a Safety Plan consistent with the guidelines provided in the Environmental Mitigation and Monitoring Plan (EMMP) provided in Annex I The Subcontractor shall sign a Safety Plan Acknowledgement Letter as part of the Awarded Contract that covers the life of the project The Contractor is also responsible for the security on the project site It is the Contractorrsquos responsibility to secure the site and all project works and material until handover of site Delivery and Storage of Materials and Equipment The Subcontractor shall be responsible for all materials transport storage and providing any necessary security containers and fencing and protection from the weather At the end of the project the Subcontractor shall remove all debris created by construction activities The Subcontractor is responsible to control all theft and unauthorized use of materials and equipment on site Deliverables during Construction Before and during the implementation of the project the Subcontractor shall deliver to AECOM the following
bull Schedule of the Works
bull Quality Control Plan ndash AECOM provided
bull Safety Plan ndash AECOM provided
bull Security Plan
bull Environmental Mitigation and Management Plan ndash AECOM provided
bull Submittals Register
bull Updates to the Work Schedule as Needed
bull Request for Acceptance Clean up The Subcontractor shall keep the work site clean and neat at all times removing all debris and refuse promptly at the end of each day from the site At the end of the project work the Subcontractor shall clean up the site to the satisfaction of AECOM and the beneficiary Change Order Any change in Plans Specifications and Deadlines proposed by the Contractor are required to be submitted to AECOM or their representative for approval in written form prior to the commencement of work Change orders that involve cost will only be considered if they do not modify
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 8 of 20
the cost of the awarded subcontract Modifications must be approved by AECOMrsquos Chief of Party or representative Under no circumstances may any approvals be considered binding that are not in written form as prepared and issued by AECOM E Legal Actions Eligible contractors must demonstrate a performance history without an indication of recurring defaults or terminations of projects failures to complete projects on schedule litigation history including judgments and outstanding lawsuits and violation of laws relevant to the evaluation of this criterion (Form E)
F Financial Capacity Eligible contractors must have demonstrated financial resources and bonding capacity necessary to successfully complete the project work This form also requires reporting of gross revenue and financial statements for the last three (3) years
G Disclosure Affidavit Offerors must complete this form which details the history and ownership of the responding firm
H Evidence of Responsibility SWIM requires sufficient evidence of responsibility to make an affirmative determination of responsibility pursuant to the requirements of FAR 9104-1 Offeror must state how it meets each of the seven points listed If the Offeror fails to submit sufficient evidence of responsibility then SWIM may make a determination of non-responsibility and be precluded from awarding a contract to that Offeror (Form H) VI COST PROPOSAL INSTRUCTIONS Offerors must present their pricing as part of the cost proposal inclusive of the following
1 a table for the fully burdened daily rates (FBDR) for each labor category identified in Form I of this RFQ
(a) Offerors shall include labor prices for all proposed labor categories listed in the Statement of Work
Provide descriptions of the labor categories offered Descriptions may be provided on a separate sheet attached to the appendix (Include minimum training certifications and education and experience requirements)
There may be no additional opportunity for Offerors to revise their pricing submissions so Offerors should make every effort to offer their best pricing This information will establish a baseline for pricing evaluation purposes only and WILL NOT be part of the formal evaluation process nor will it be incorporated within any resulting IDIQ as task orders awarded will be Fixed Price Taxes and Insurance All labor rates proposed by Offerors shall be considered to include all applicable taxes and duties
The prices proposed by the Offeror shall be considered to include all applicable and appropriate insurance including but not limited to social security insurance general liability insurance or automobile liability insurance if applicable and any insurance as may be required by Afghan law The SWIM Program is neither furnishing insurance protection coverage nor will it be liable for any claims arising from activities
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 9 of 20
performed by Construction Providers under any IDIQ Offeror should submit copies of current insurance coverage
VII EVALUATION
The contractor performance information determined to be relevant in terms of size scope and complexity will be evaluated in accordance with the elements below with the degree of relevancy being the most important and the other elements equal
1 Relevant Experience in Construction Activities in Northern Afghanistan (50 points)
bull Quality of product or service including consistency in meeting goals and targets
bull Timeliness of performance including adherence to contract schedules and other time-sensitive project conditions and effectiveness of home and field office management to make prompt decisions and ensure efficient completion of tasks
bull Business relations addressing the history of professional behavior and overall business-like concern for the interests of the customer including coordination among major subcontractors and developing country partners cooperative attitude in remedying problems and timely completion of all administrative requirements
2 Qualifications of Experience of Technical Personnel (20 points)
bull Effectiveness of key personnel including appropriateness of personnel for the job and prompt and satisfactory changes in personnel when problems with clients where identified
3 Technical Approach and Methods (15 points)
bull Customer satisfaction with performance including end user or beneficiary wherever possible
4 Financial Management Capability (15 points)
bull Cost control including forecasting costs as well as accuracy in financial reporting
Points Summary by Evaluation Criteria Points
Relevant Experience in Construction Activities in Northern Afghanistan
50
Qualifications and Experience of Technical Personnel 20
Technical Approach and Methods 15
Financial Management Capacity 15
Total 100
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 10 of 20
Form A ndash GENERAL INFORMATION
I LICENSING Is your firm licensed to do business in the Islamic Republic of Afghanistan Yes No If yes ATTACH a copy of your Business License
If applicable provide a copy of your firmrsquos General Contractorrsquos license indicating the category for which your firm is licensed to do general construction work
List categories in which the firm is licensed to do business and indicate registration or license numbers if applicable Please indicate which government entity issued the license ATTACH a copy of each license listed
Category Registered License (or license number)
Organization Issuing License Expiration Date
II SURETY BONDING Provide the current level of performance bonding (in dollar amount) authorized by the surety as of the date of this Qualification Submittal (or as of the date last bonded including said date)
Single Limit USD$ Maximum Limit USD$
Total Bonding Capacity USD$ as of
During the past five years have any demands been placed on a bid bond payment bond or performance bond of the applicant Yes No
If the answer is ldquoyesrdquo ATTACH a statement listing and describing the date location project and dollar amount of each demand and explaining the circumstances Provide information regarding the surety that will provide the Payment and Performance Bond for project(s) to be awarded by SWIM
Name of Surety
Street Address
City
Telephone No Fax No
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 11 of 20
Form B - COMPARABLE CONSTRUCTION EXPERIENCE (Complete one form for each project)
Eligible Respondents must possess verifiable experience and demonstrate successful past performance of comparable work completed in the last 5 years
For the purpose of demonstrating successful past performance Respondentrsquos experience must include comparable projects whose scope of work includes but not limited to canal rehabilitation hydraulic structures supply and installation of sluice gates reparation and or replacement of sluice gates canal lining structures in concrete construction of water storage reservoirs land leveling construction of protection walls for canals Respondents must demonstrate their successful completion of comparable projects simultaneously performed on multiple sites Respondents must have demonstrated successful experience managing and executing of multiple concurrent comparable projects
Respondents must have been fully contractually responsible for all or the work required on the comparable projects but while the ability and resources necessary to self-perform the work is desirable Respondent need not have self-performed the work on the comparable projects
Comparable construction projects may have been delivered through traditional bid Design-Bid-Build Indefinite Quantity Contracting or other project delivery methods
Respondents Name AgencyClient Name Project Name
Project Value US$
Achieved or Anticipated Final Acceptance after April 1 2012 Yes No
Company Role Prime JV Contractor Sub Contractor
Agency Public Private Estimated Self Performance () Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
Client Reference (It is your responsibility to assure that the contact information listed is correct If your reference can not be contacted this project may not be considered) Contact Name Title Telephone Email Address Briefly describe the project Attach an additional page if necessary
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 12 of 20
Form C1 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C1 - IDIQ MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Project Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 13 of 20
Form C2 - QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL FORM C2 - QUALITY CONTROL MANAGER
1) Respondent
2) Name
3) Title
4) of Years with the Firm
5) of Years as a Quality Manager for General Construction Services
6) Please check all experience that applies to you
Project Type (Check ALL boxes that apply to the Scope of Work)
Canal lining Foundations Protection walls
Hydraulic structures Landscaping Other
Sluice gates Irrigation
Concrete Construction Management
Water storage reservoirs Quality Management
7) Percentage of time this individual will be dedicated to this contract
8) ATTACH RESUME
9) Reference 1
Project
Agencyfirm Name Title
Phone _Email Address
10) Reference 2
Project
Agencyfirm Name Title
Phone _Email Address
11) Reference 3
Project
Agencyfirm Name Title
Phone _Email Address
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 14 of 20
Form D - QUALITY
I QUALITY
1 Does your organization have a quality program Yes if yes provide the following information
No
Month and Year first implemented _
Method of review of program_
Provide a copy of your Quality AssuranceQuality Control manual
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 15 of 20
Form E - LEGAL ACTIONS
Provide the information below If the answer to any of the questions is ldquoYesrdquo provide a brief description or explanation on a separate sheet
QUESTION
YES provide a brief description or explanation on a separate sheet
NO
1 Has the firm been issued a notice of default on any contract awarded in the last three
years
2 Does the firm have any judgments claims (liquidated damages or other) arbitration
proceedings or suits pending or outstanding against the firm or its officers
If yes include the dollar amount of claims or judgments and the contract value of the contract on which the claim was filed Attach explanation
3 Within the past three years has the firm been a party to any lawsuits or arbitration
proceedings with regard to any contracts
4 Within the last three years has any officer or principal of the firm ever been an officer
or principal of another organization that failed to complete any contract as a result of termination litigation arbitration or similar matter
5 Has any key person with the firm or its predecessor ever been convicted of or charged
with any (excluding traffic violations) including but not limited to embezzlement theft forgery bribery falsification or destruction of records receipt of stolen property criminal anti-trust violations bid rigging or bid-rotating
6 Has the firm ever been temporarily or permanently debarred from a contract
awarded by any international or local agency
7 Within the last three years has the firm or venture been assessed penalties for any
statutory or administrative violations
8 Has the firm ever failed to complete any work awarded to it
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 16 of 20
Form F - FINANCIAL CAPACITY
I Banking Provide the following information about the firmrsquos or ventures primary commercial bank
Name of Bank
Address Phone No
City Fax No
Contact Officer Phone No
In what year was the banking relationship established
Does your firm or venture have access to a line of credit Yes No
If yes indicate upper limit US$ How much is currently available US$
Other sources of capital
II Gross Revenues Indicate below the amount of revenues earned by the firm or venture from construction-related activities for the last three (3) years
Year Amount
$
$
$
III Financial Statement Attach Respondentrsquos audited financial statement with notes for the last three (3) years Independent accountant may provide a copy of a complete financial statement All notes and schedules must be provided
Independent Accountant Information (Contact Name)
Telephone ( )
Year ending financial statement date
SELECT ONE Audit Review Compile
Consolidated financial statement Yes No
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 17 of 20
Form G - DISCLOSURE AFFIDAVIT
HISTORY AND OWNERSHIP OF RESPONDENT FIRM
Name of Firm Phone No
Address Fax No
City
Contact Person E-mail
How many years has the firm been in business under its present name
Under what other names if any has the firm or venture operated
Firm Name
Address
DISCLOSURE OF OWNERSHIP INTERESTS
Indicate here or attach a list names and addresses of all shareholders owning shares equal to or in excess of seven and one-half percent (75) of the proportionate ownership of the corporation and indicate the percentage interest of each
Name of Shareholders (Print or Type) Percentage Interest
VERIFICATION
Under penalty of perjury I certify that I am authorized to execute this Disclosure Affidavit on behalf of the Contractor set above that I have personal knowledge of all the information made in this Statement of Qualification and that the same are true The Contractor must report any change in any of the facts stated in this Affidavit to SWIM within 14 days of the effective date of such change by completing and submitting a new Disclosure Affidavit Failure to comply with this requirement is grounds for your firm to be deemed non-qualified to do business with SWIM Signature of Authorized Representative_______________________________________________
Name and Title of Authorized Representative (Print or Type)______________________________ Telephone Number___________________________________
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 18 of 20
Form H - EVIDENCE OF RESPONSIBILITY
Evidence of Responsibility -- FAR Subsection 9104
To be determined responsible a prospective contractor must --
(a) Have adequate financial resources to perform the contract or the ability to obtain them see FAR 9104-3(a)
(b) Be able to comply with the required or proposed delivery or performance schedule taking into
consideration all existing commercial and governmental business commitments
(c) Have a satisfactory performance record (see 9104-3 (b) and Subpart 4215) A prospective contractor
shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history except as provided in 9104-2
(d) Have a satisfactory record of integrity and business ethics
(e) Have the necessary organization experience accounting and operational controls and technical skills
or the ability to obtain them (including as appropriate such elements as production control procedures property control systems quality assurance measures and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors) (See 9104-3 (a)
(f) Have the necessary production construction and technical equipment and facilities or the ability to obtain them (see 9104-3(a))
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations
Offering Organizationrsquos Name __________________________________ Representativersquos Name ________________________________________ Representativersquos Title__________________________________________ Date of Offer __________________________________
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 19 of 20
Form I - PROPOSED FULLY BURDENED DAILY RATE
1 Request for Qualification No
2 Firm Name
4 Date Submitted
5 Name of Submitter
List of Disciplines
Minimal Years of
Experience
Proposed Fully
Burdened Daily Rate
(FBDR)
Proposed Level of Effort (LOE)
Proposed Total Labor
IDIQ Manager 5
Architect 5
Civil Engineer 5
Construction Manager 5
Quality Control Manager 5
Electrical Engineer 5
Environmental Engineer 5
Mechanical Engineer 5
Structural Engineer 5
Surveyor 5
Monitoring amp Evaluation Specialist 5
Transportation Engineer 5
Trainer 5
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)
Page 20 of 20
ATTACHMENT 2
SUBMITTAL REQUIREMENTS CHECKLIST
FORMAT NUMBER OF COPIES
1 signed original copy 1 additional copy unbound Complete electronic (pdf) copy
A GENERAL INFORMATION
Form A General Information Business License General Contractorrsquos License Bonding Letter from surety Explanation of any demands been placed on a bid bond payment bond or performance bond (if applicable)
B COMPARABLE CONSTRUCTION EXPERIENCE
Form B for Comparable Projects (one for each project)
Narrative Describing Experience Qualifications and Ability to Manage Multiple Projects Simultaneously
C QUALIFICATION AND EXPERIENCE OF KEY PERSONNEL
Form C1 for IDIQ Manager amp Resume Form C2 for Quality Manager amp Resume
D QUALITY
Form D Quality Copy of Firmrsquos Quality Assurance Quality Control manual
E LEGAL ACTIONS
Form E Legal Actions Brief Description or Explanation for Any Yes Answer on Form G (if applicable) Applicable Legal Documents for Each Explanation (if applicable)
F FINANCIALS
Form F Financial Capacity Financial Statement
G DISCLOSURE
Form G Disclosure Affidavit MISCELLANEOUS
Narrative and or Continuation Sheet(s) not more than 2 pages (if applicable)