Supply and Installation of a Falling Weight Deflectometer (FWD) including Training, Oversight on Data Collection, Back calculation Analysis of Pavement Layer Mo...

expired opportunity(Expired)
From: Federal Government(Federal)
MCANRMPCB001ADDENDUM3

Basic Details

started - 19 Apr, 2019 (about 5 years ago)

Start Date

19 Apr, 2019 (about 5 years ago)
due - 03 May, 2019 (about 5 years ago)

Due Date

03 May, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
MCANRMPCB001ADDENDUM3

Identifier

MCANRMPCB001ADDENDUM3
Millennium Challenge Corporation

Customer / Agency

Millennium Challenge Corporation
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Procurement of "Supply and Installation of a Falling Weight Deflectometer (FWD) including Training, Oversight on Data Collection, Back calculation Analysis of Pavement Layer Moduli etc and Related Services"Ref No: MCA-N/RMP/CB/001ADDENDUM #3As per Clauses 9.1 and 9.2 of Section I (Instructions to Bidders) of the Bidding Document, this Addendum No. 3 modifies respective portions of the Bidding Document issued from 21 February 2019. The changes, as indicated below, are effective on the date of issue of Addendum.Except as expressly amended by this Addendum, all other terms and conditions of the Bidding Document - issued from 21 February 2019- remain unchanged and shall remain in full force and effect in accordance with their terms.Letter of Invitation for BidsSecond last paragraph is amended to read as follows:Bids must be uploaded to the link provided as per provision stated under Annex 1 of the Bid Data Sheet, no later than 26 April 2019, 15:00 hours local time in Kathmandu, Nepal
(GMT+5:45).Section II: Bid Data SheetITB sub-clause 21.1 is amended to read as follows:ITB 21.1 The Bid validity period is 120 days from the date of submission of bid (That is up to and including 24 August 2019).ITB sub-clause 22.1 is amended to read as follows:ITB 22.1 Bid Security is required.The Bid Security shall be in the amount of US$ 3,000.00 (Three Thousand United States Dollar or Purchaser's local currency equivalent only based on selling exchange rate of Nepal Rastriya Bank or Oanda.com 14 days before bid submission which is 12 April 2019).The Bid Security shall remain valid for a period of twenty-eight (28) days beyond the validity period of Bids. That is required validity of Bid Security is up to and including 21 September 2019 based on current date of submission, or beyond any period of extension subsequently requested under ITB Clause 21.2.Note: The Original of the Bid Security shall be sent to:The Procurement Agent of Millennium Challenge Account - NepalK/A: Mr. Luis VillaltaHotel Yak & Yeti Convention Center, second floor, Durbar MargKathmandu, NepalBefore deadline of submission. In case the bid security in original is not received before deadline for submission of bids at the address above, the electronically submitted bid shall be rejected as per ITB22.2 Note: Any Bid Security obtained before issuance of this Addendum #3 may be valid as per the requirements stated under Addendum #2.   ITB sub-clause 25.1 is amended to read as follows:ITB 25.1 The deadline for submission of Bids is as follows:26 April 2019, 15:00 hours local time in Kathmandu, Nepal (GMT+5:45). ITB sub-clause 28.1 is amended to read as follows:ITB 28.1 For Bid opening purposes only, the Purchaser's address is:Millennium Challenge Account - NepalHotel Yak & Yeti Convention Center, second floor, Durbar MargKathmandu, Nepal.As Bids shall be only submitted electronically in accordance with ITB Clause 24.1(b), the Bid opening procedures shall be:The Bid Opening will take place at MCA-Nepal Office at Yak and Yeti Office. All prospective bidders should note that they can join the bid opening through Zoom, the bid opening web link is http://bit.ly/openingfwdIf the bidder's representative is present in Kathmandu and wants to attend the Bid Opening physically they can attend the Bid Opening at MCA-N Office address stated above. For logistic purposes, bidders representatives are advised to notify MCA-Nepal in advance of their intention to attend the Bid Opening in person.Date for Bid Opening: 26 April 2019Time for Bid Opening: 15:30 hours local time in Kathmandu, Nepal (GMT+5:45). ITB sub-clause 34.1 is amended to read as follows:ITB 34.1 The currency that shall be used for Bid evaluation and comparison is: United States Dollar.The basis for conversion shall be: Nepal Rastra Bank exchange rate valid 14 days before deadline for submission that is 12 April 2019.Section V: Schedule of RequirementsSR6: Environmental, Health and Safety ProceduresThis section is amended to read as:The Supplier shall abide by the following environmental, health and safety requirements:The supplier shall abide by the environmental, health and safety requirements of the IFC Performance Standards on Environmental and Social Sustainability, as required by MCC Environmental Guidelines available at the following web site: https://www.mcc.gov/resources/doc-pdf/environmental-guidelinesThe supplier shall have to consider the public as well the employees' health and safety risks that might arise during transportation and assembling of the equipment. Issues of accident prevention, noise control, waste management and spill control shall be addressed properly. ANNEX 1-Part 2: SUPPLY REQUIREMENTS FWD RequirementsSR1 List of Goods and Delivery Schedule Amend point 3 and 14 to read as follows:13. The trailer dimensions shall not exceed maximums of 5x2x2 meters (LxWxH) in measuring (testing) mode. Trailer shall be hinged to permit safe folding, by one operator with an assistant, of the frame in such a manner to significantly reduce storage and/or shipping footprint or dimensions, enabling conformity to fit standard airline container or standard permitted Aircraft pallet transport.14. The FWD shall provide a minimum of seven (7) deflection sensing transducers (hereafter called "deflectors"), providing seven (7) separate and electronically discrete deflection measurements per test. The System Electronics shall always provide a minimum of seven (7) separate deflection measuring channels. The deflectors shall be velocity transducers, such that the peak magnitudes of deflection are obtained from an inertial reference system through a single integration technique. For maximum calibration accuracy and stability, this integration and any subsequent signal processing shall be performed digitally, i.e. no analog electronic circuits may be used for integration or frequency response compensation. The direct, buffered output from the deflectors shall be digitized by an Analog-to-Digital converting circuitry with 16-bit resolution or better. One (1) of the deflectors shall measure the deflection of the pavement surface through the center of the loading plate, while at least six (6) remaining active deflectors shall be capable of being positioned at any user configured spacing along the raise/lower bar, up to a distance of 2.1 to 3.00 m (10 ft) from the center of the loading plate. All deflector holders shall be spring loaded, insuring good contact between the deflectors and the surface being tested. The deflectors shall be easily removable from their holders for exchange and for calibration verification purposes, and shall be robust, reasonably trouble-free and capable of withstanding typical field conditions.For Specific Procurement Notice, please visit:https://mcc.dgmarket.com/tender/27801396DISCLAIMER: THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. FOR UPDATES ON THIS SOLICITATION, PLEASE FOLLOW THE FULL ANNOUNCEMENT AT THE LINK PROVIDED. THIS PROCUREMENT IS NOT CONDUCTED UNDER THE FEDERAL ACQUISITION REGULATIONS, IS NOT ADMINISTERED BY THE US GOVERNMENT, AND THE RESULTING AWARD WILL BE MADE BY THE COUNTRY INDICATED IN THE FULL ANNOUNCEMENT

1099 Fourteenth St NW Suite 700 Washington, District of Columbia 20005 United StatesLocation

Place Of Performance : 1099 Fourteenth St NW Suite 700 Washington, District of Columbia 20005 United States

Country : United StatesState : District of Columbia

Classification

541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services
naicsCode 541330Engineering Services
pscCode HEquipment and Materials Testing: Furnace, Steam Plant, and Drying Equipment; and Nuclear Reactors