SOURCES SOUGHT
C -- Multi-Hazard Flood Map Modernization
- Notice Date
- 4/10/2003
- Notice Type
- Sources Sought
- Contracting Office
- DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Flood, Fire and Mitigation Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
- ZIP Code
- 20472
- Solicitation Number
- Reference-Number-EMW-2003-SS-MMOD
- Archive Date
- 5/27/2003
- Point of Contact
- Nancy Costello, Contract Specialist, Phone (202) 646-4373, Fax (202) 646-2970, - Chandra Lewis, Branch Chief, Phone (202) 646-3118, Fax (202) 646-3846,
- E-Mail Address
-
nancy.costello@fema.gov, chandra.lewis@fema.gov
- Description
- 1. ANNOUNCEMENT: The Federal Emergency Management Agency (FEMA), now included within the Department of Homeland Security (DHS), Emergency Preparedness & Response (EPR) Directorate, hereinafter referred to as FEMA, requires services under the Brooks A-E Act as implemented in FAR Subpart 36.6 to develop, plan, manage, implement, and monitor an initiative known as Multi-Hazard Flood Map Modernization for flood hazard mitigation across the United States and its territories. All firms interested in applying for work are required to submit documentation specified in this synopsis under paragraph 5, SUBMISSION REQUIREMENTS. SFs 254 and 255, and attachment, submitted in response to this synopsis will be used for screening firms preliminary to inviting submission of additional information. The North American Industrial Classification System Code is 541330. The small business size standard is $4 million (not-to-exceed). This announcement is open to all businesses regardless of size. If a large business is selected for contract award, it must comply with FAR 52.219-9, Small Business Subcontracting Plan. The Small Business Subcontracting Plan is not required with initial submittal, but will be required prior to contract award if a large business is selected for contract negotiations. The government intends to negotiate a Performance-Based contract, based upon the draft Statement of Objectives (attached to this synopsis). Award of one contract is anticipated by July 2003 for a period of one (1) base year, plus four (4) 1-year options. 2. PROJECT INFORMATION: Services incidental to the A-E effort are considered critical. The government requires a strong, dedicated, management team with knowledge and experience to meet or exceed performance-based expectations. Although engineering and IT skills are essential enablers to the success of the project, Multi-Hazard Flood Map Modernization relies on partnering and technology in map production and product delivery. While FEMA?s particular focus is Geographic Information Systems (GIS) based hydrology and hydraulic modeling, and Light Detection and Ranging (LIDAR) and Interferometric Synthetic Aperture Radar (IFSAR) remote sensing for its National Flood Insurance Program (NFIP) mandate, FEMA is developing maps that address all hazards. FEMA?s strategy for implementing Multi-Hazard Flood Map Modernization emphasizes utilization of existing geographic data resources and intergovernmental coordination on new data development. Program management approaches must consider the current regulatory framework and statutory authorities FEMA operates within, but also identify potential changes that would provide for more efficient long-term program management. Acquiring national elevation data through innovative and cost effective technology is anticipated to provide the essential element for establishing an interoperable geo-spatial infrastucture for maps and geo-spatial data for all hazards, including those that are man made. Four major OBJECTIVES of Multi-Hazard Flood Map Modernization are: (1) Establish and Maintain Premier Data Collection and Delivery System: Create a geospatial system within 90 days of contract award that provides easy access to reliable flood risk data and other information and hazard data supporting risk management application and operations. (2) Achieve Effective Program Management: Develop and provide a continually improving program management structure that motivates partners to share responsibilities and aligns partner missions to reduce the nations vulnerability to flood and other hazards. The program objective is to produce digitized, final maps approved by local governments within 36 months from receipt of study requirements. (3) Build and Maintain Mutually Beneficial Partnerships: Foster mutually beneficial partnerships and improve the systems that support them to achieve a shared outcome through the communication of flood risk and other hazard information. Partnerships will result in enhanced delivery of risk management applications and operations. (4) Expand and Better Inform the User Community: Foster public and stake holder understanding of where to obtain flood and other hazard information and how to use and analyze it in order to make sound decisions to reduce their vulnerability to natural, accidental or man made hazards. Subject to the availability of funds, the minimum cost of the services is $50 million. The maximum estimated cost for services is $750 million over the life of the contract. FEMA will serve as the Federal lead with responsibility to maintain and disseminate a seamless nationwide flood theme in partnership with State, local, and regional government agencies. It is expected that FEMA will no longer be responsible for developing and distributing framework data needed to produce flood maps. Rather, FEMA will become a collaborative partner with State, local, and other federal agencies. The intended scope of the resulting contract will be to manage, implement, and monitor the initiation and completion of mapping projects and further build the capabilities of FEMA's State and local partners consistent with the NFIP and DHS's strategic goals. A more complete description of the objectives is attached to this synopsis. 3. SELECTION CRITERIA: The procurement process will consist of two phases: (1) a screening phase during which SFs 254 and 255, and attachment, will be used to select at least three (3) of the most highly qualified firms for continued participation in the procurement process; and (2) a selection phase during which slated firms (selected during the screening phase) will be invited to submit additional information and make oral presentations regarding their concept for furnishing the required services. Additional information will consist of a comprehensive program management plan, a technical work plan, and a quality assurance and surveillance plan. The oral presentation is to be conducted by the proposed management team. Discussions will follow pursuant to FAR36.602(3). During the first phase (or screening phase) approaches for accomplishing factors 1(d), 1(e), and 2 (e) are to be visionary in nature, identifying the "general" direction or concept of proposed solutions, whereas, approaches for factors 1(d), 1(e), and 2(e) that are submitted by the slated firms are to be "comprehensive" in nature. Factors 1, 2, and 3 are of equal weight and importance. Factors 4 and 5 are of equal weight but of less importance than factors 1, 2, and 3. Factor 6 is of least importance. The government will evaluate submissions based on the following factors: FACTOR 1. PROFESSIONAL QUALIFICATIONS AND CAPABILITIES: (a) Ability to successfully accomplish the major objectives of the multi-hazard flood map modernization as defined in the statement of objectives (attached to this synopsis). Key personnel that will be assigned full time and their success on similar performance-based projects; (b) Understanding of the mission for this project, and of how well the team defines and measures successful program delivery to key stakeholders. (c) Ability to provide software customization and validated process procedures that ensure high quality performance, e.g. ISO 9000 type or other quality certifications, Software Engineering Institute (SEI) Capability Maturity Model (CMM) level certification for Software Development, additional SEI CMM certifications (e.g., systems engineering, acquisition, information assurance, and integration) etc. (The certification must be for the unit that would perform the software customization.); (d) Capability and approach to accomplish program management challenges such as the inter-relationship and communication flow for the business team and the federal government; the skills mix required to meet the program and mission requirements; transition of services or ?phase-in?; partnership coordination and quality oversight strategy for work performed by other regional offices, contractors, and federal, state, and local government entities; risk management that identifies major obstacles as well as solutions; and risk communication to expand and better inform the user community.. (e) Capability and approach to developing a quality assurance and surveillance plan that reflects the performance standards and incentives tied to the Statement of Objectives. (The approach should address your concept for development of performance standards, acceptable levels of performance, surveillance methodology and incentives/disincentives.) FACTOR 2. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (a) Experience in providing program management and project management achieving reliable performance management (including Earned Value Management Systems) that ensured data quality and delivery within time and pricing constraints; that supported the clients strategic goals; and that successfully measured, evaluated and incorporated improvements into the process. (b) Experience in the design and implementation of complex, multiple location enterprise-wide IT infrastructure for geo-spatial systems that provide a high level of interoperability with a variety of other systems and platforms. (c) Experience in the areas of water resources engineering; surveying and mapping; flood hazard data collection and analyses; flood mitigation techniques; building sciences, and software engineering and website development. (d) Experience successfully developing and implementing an effective strategy that motivates partners to share and assume responsibility for data development, maintenance, and dissemination; and increased public and stakeholder understanding of the data to support more effective decision-making. (e) Work plan approach that is cross-referenced to the Statement of Objectives (SOO), (attached to this synopsis). (The work plan approach should illustrate how the team will accomplish the work, including establishing a working geo-spatial system within 90 days from contract award and digitized final maps approved by the local governments not more than 36 months following contract award. In addition it should include milestones for work accomplished within 90 day of contract award, 36 months following contract award, and 60 months following contract award.) FACTOR 3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME. (a) Ability to accomplish this multi-million dollar project in timely and efficient manner. (b) Demonstrated professional ability to perform multiple complex projects, in multiple states concurrently, and retain key personnel while accomplishing the work within required time limits. FACTOR 4. PAST PERFORMANCE WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. (a) Accomplishments in managing, implementing, and monitoring a multi- million dollar nationwide geo-spatial system that provides for nationwide access in terms of cost controls, work quality, and performance schedules. (b) Past performance in accomplishing effective partnerships between various levels of government, the public and the private sector. (c) The government will evaluate two examples of actual performance accomplishments on efforts of similar scope to this project. (Specifically describe the size, scope and complexity, the performance metrics, incentives used and the actual results achieved against those metrics, and how these examples are similar to this project. Provide references and official past performance reporting documents.) FACTOR 5. LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY. (a) Approach to supporting the FEMA National Office and the current regional offices and territories in managing this project. (b) Ability to certify the accuracy of engineering data of multiple disciplines; ability to produce and obtain products compliant with all national, regional, state and local rules and regulations; and with all necessary certifications. (c) Familiarity and experience working with national, regional, state, and local government entities and other professional organizations to foster effective partnerships. (d) Ability to identify and assess multiple hazards and unique or specialized flood risk situations. FACTOR 6. SUBCONTRACTING AND SOCIO ECONOMIC BUSINESS STRATEGY. (a) Approach to subcontracting including providing Subcontracting opportunities for Small, Disadvantaged, Women-Owned, Veteran-Owned, HUBZONE firms, Historical Black Colleges and Universities, and Indian organizations and Indian-owned economic enterprises. 4. INDUSTRY CONFERENCE: Firms are invited to obtain any clarifications to the government?s requirement during the industry conference scheduled for April 18, 2003 from 1 p.m. to 3 p.m. at FEMA HQ, 500 C St. S.W., Washington, D.C. Other than this synopsis and verbal information obtained during the industry conferences, solicitations packages are not provided. 5. SUBMISSION REQUIREMENTS: Interested parties having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), plus attachment, and two copies of SF 254 (11/92 edition) for all major consultants/first tier subcontractors, to the above address not later than 4:00 p.m. on the response date indicated in this announcement. The SF 255, and attachment, shall not exceed 75 pages. Use no smaller than a standard 12 font type. A project-specific quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with initial submission. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed business team. Include an organization chart of the key personnel to be assigned to the project. Facsimile transmissions will not be accepted. Following the first phase (or screening phase) and prior to oral presentations, slated firms will be invited to submit comprehensive plans addressing all elements of their intended approach. Each of the slated firms will be afforded two hours for oral presentations. There is no page limitation for additional information/comprehensive plans submitted during the second phase (or selection phase). This is not a request for proposal.
- Record
- SN00300365-W 20030412/030410213052 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |