USAID Second Interim Measures for Dioxin
Remediation at Bien Hoa Airbase Area (IM2)
VIRTUAL PRE-SOLICITATION
CONFERENCE
Invitation for Bids (IFB): DRAFT
No. 72044020B00001
July 10, 2020
VIRTUAL PRE-PROPOSAL CONFERENCE
AGENDA
Welcome Remarks
Mr. Anthony Kolb, Environment Remediation
Unit Chief (ERU), Environment and Social
Development Office (ESDO), USAID/Vietnam
Introductions
Session Overview
USAID Team
Trigon Associates (USAID A&E firm)
Ms. Suzanne H. Johnson
Contracting Officer, Office of Acquisition and
Assistance (OAA), USAID/Vietnam
The Project and the
Activity (IM2) Overview
IFB and its process
Overview
Mr. Anthony Kolb
Ms. Suzanne H. Johnson
Questions and Feedback on
the Draft IFB
All Participants
Next Steps/Closing
Remarks
Ms. Suzanne H. Johnson
SESSION OVERVIEW
Why are we here?
We are recording for reference purposes
only
Information discussed today may be taken
into consideration for the final IFB Posting.
Check https://beta.sam.gov/
PROJECT AND ACTIVITY OVERVIEW
IM2 OBJECTIVE
Address, in the short-term, significant
potential human health and ecological
risks from dioxin contamination and
advance, longer-term USAID Dioxin
Remediation of the Bien Hoa Airbase Area
Project activities.
PROJECT AND ACTIVITY OVERVIEW
WORK COMPONENTS:
1. Long-Term Storage Area (LTSA): Construction of a new storage
area capable of storing up to 300,000 cubic meters of low concentration
dioxin-contaminated soils and sediments.
2. High Concentration Temporary Storage (HCTS): Preparation of
storage area to temporarily store high concentration soil.
3. Dig and Haul: Excavation of high and low concentration
dioxin-contaminated soils and sediments from several Project Decision
Units (DUs) in the southwest area of the Bien Hoa Airbase and two
off-site areas. Transfer to LTSA or HCTS.
4. Site Restoration: Fully restore work areas to existing or improved
conditions.
5. Access Road and Fencing: Rehabilitation and reconstruction of the
access road leading into Gate 3 and fencing around two areas adjacent to
the Airbase.
6. Demolition as required to perform the work as indicated in the
Drawings and Specifications.
PROJECT AND ACTIVITY OVERVIEW
SCHEDULE REQUIREMENTS
IM2 targets Gate 2 Lake excavation by mid-December 2020
and establishment of a long-term storage area early in 2021.
Bidders must demonstrate readiness to implement at the time of
bid opening via:
1) Holding a Grade-1 Construction Operation Capability
Certificate (Chng Ch Nng Lc Hot ng Xy Dng Hng
I) in infrastructure from Vietnams Ministry of Construction.
2) Holding or identifying a subcontractor(s) who holds a valid
Vietnamese Ministry of Natural Resources and
Environment Government of Vietnam Hazardous Waste
Disposal License (Giy Php X L Cht Thi Nguy Hi).
THE SOLICITATION OVERVIEW
FAR Part 36 Construction and Architect Engineer
procedures and FAR Part 14 Sealed Bidding.
One firm-fixed-price (FFP) contract
The estimated $12,000,000 to $18,000,000
20 months from commencement date (NTP + 5 calendar days)
Pre-bid Conference and Site Walk -
No more than two (2) representatives per organization.
Personal identification submitted three weeks in advance.
Register for the meeting by emailing to IFB POCs
CONTRACT TYPE
Firm-Fixed-Price Contract
Contract price is not subject to any adjustment.
Deliverables and requirements set by paragraph
F.5 REPORTS AND DELIVERABLES.
Payments are in accordance with/subject to:
FAR 52.232-5(h), "Payments under Fixed-Price
Construction Contracts
The approved Schedule of Value (SOV)
Completion, Inspection, and Acceptance of Work
7/2/2020
ELIGIBILITY - Who May Participate in a Authorized geographic code 937 - the United States, the recipient country, and
developing countries other than advanced developing countries, but excluding any country that is a
prohibited source.
22 CFR 228.12 Nationality of suppliers of commodities and services.
(1) Be incorporated or legally organized under the laws of a country in Code 937 (or other
principal geographic procurement code designated in an implementing instrument);
(2) Must be operating as a going concern in a country in Code 937 (or other principal geographic
procurement code designated in an implementing instrument), and either
(3) Be managed by a governing body, the majority of whom are citizens or lawful
permanent residents (or equivalent immigration status to live and work on a continuing basis) of
countries in Code 937 (or other principal geographic procurement code designated in an
implementing instrument), or
(4) Employ citizens or lawful permanent residents (or equivalent immigration status to live and
work on a continuing basis) of a country in Code 937 (or other principal geographic procurement
code designated in an implementing instrument), in more than half its permanent full-time
positions and more than half of its principal management positions.
NO parastatal - 22 CFR 228.13 Foreign government-controlled organizations
If an organization has a question concerning their own eligibility, please contact us ASAP.
BID PACKAGE PREPARATION (L.2)
Read the IFB carefully and submit all required
information
FAR 52.228-1 BID GUARANTEE (SEPT 1996) valid 120
calendar days from bid package submission date
DUNS number: http://fedgov.dnb.com/webform (Required
for both Prime and sub-bidders)
SAM registration: http://www.sam.gov (Required for
Prime Bidders)
Section K "Representations, Certifications, and Other
Statements (Required for both Prime and sub-bidders)
Evidence of Responsibility
Joint Venture Information (if applicable)
BID PACKAGE PREPARATION (L.4)
In one PDF document:
Cover Letter
Completed BLOCK 14 through 20c of the Standard Form 1442
(Attachment J.1) with the firms authorized signature
Notarized copies of all required original registrations/licenses as per
Representations and Certifications, all complete as per Section K or
Section C
registered in SAM
Evidence of Responsibility as described in L.2.14
Joint Venture Information as described in L.2.15, if applicable.
All amendments to the solicitation
Valid Power of Attorney, if needed
Bid Guarantee
In one (1) MS Excel document with unlocked formulae:
Bid form (Attachment J.2)
Price Summary
BID PACKAGE SUBMISSION
Bid Package must be sent to:
Suzanne H. Johnson at sjohnson@usaid.gov; and,
Karittha Jenchiewchan at kjenchiewchan@usaid.gov
Bid Package must be submitted electronically.
Bidders must not submit zipped files
Bid Package must be submitted in Adobe PDF or Microsoft
Office (Excel)
time (see final IFB)
Proposals must be received no later than specified date and
Bidders are responsible for confirming that their complete Bid
Package were received electronically by USAID
BID EVALUATION/SELECTION
Contract will be evaluated and awarded without discussion to the
responsive and responsible bidder whose bid, conforming to the
terms of this IFB, will be advantageous to USAID, considering
price only.
USAID will perform a basic compliance check on the apparent
lowest priced bid.
Failure to submit sufficient evidence to make an affirmative
determination of responsibility (L.2.14), could be considered
non-responsive and the apparent lowest bidder could be
precluded from contract award.
The same process will then move to the next apparent lowest bid.
NEXT STEPS
Final IFB Issued
Tentatively end of July, 2020
Closing Date for Questions
Tentatively August 14, 2020
Pre-bid Registration Deadline
Tentatively August 28, 2020
Pre-bid Conference/Site Walk
Tentatively September, 2020
Bid Package Submission
Tentatively September, 2020
Virtual Bid Opening:
Tentatively September-October, 2020
Questions and Feedback
USEFUL LINKS
USAID MISSION AND WEBSITES: https://www.usaid.gov/vietnam
USAID BUSINESS FORECAST:
https://www.usaid.gov/business-forecast/search
SAM.GOV: https://www.sam.gov/SAM/
BETA.SAM.GOV: https://beta.sam.gov/
TRAINING ON HOW TO WORK WITH USAID:
https://www.usaid.gov/work-usaid/get-grant-or-contract/trainings-how-work-usaid
THANK YOU!
Show All