SOLICITATION NOTICE
C -- FEMA Region VI Underground Facility Cold Water System
- Notice Date
- 7/30/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Region VI, 800 North Loop 288, Denton, TX, 76201
- ZIP Code
- 76201
- Solicitation Number
- EMT-2003-SL-0101
- Response Due
- 8/11/2003
- Archive Date
- 8/26/2003
- Point of Contact
- Barbara Armistead, Contract Specialist, Phone (940) 898-5335, Fax (940) 898-5388, - Barbara Armistead, Contract Specialist, Phone (940) 898-5335, Fax (940) 898-5388,
- E-Mail Address
-
barbaraj.armistead@dhs.gov, barbaraj.armistead@dhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The Federal Emergency Management Agency (FEMA), Region VI intends to award one contract for design of the underground facility cold water system. The system includes the following subsystems: domestic cold water system, chilled water system, condenser water system and HVAC system. The selected firms will be required to provide the following services: (1) Design of a replacement system (2) Independent Specifications and Drawings for each subsystem (3) Independent bill of materials/equipment for each subsystem that provides life cycle expectations and manufacturer?s performance information (4) Independent replacement cost estimate for each subsystem (5) Provide a written report describing installation requirements for each subsystem. The period of performance will be 25 calendar days from date of award. The price range is $25K to $100K. The award date is scheduled for the August 18, 2003. This procurement is classified under the NAICS 541330, Other Engineering Services. The following information pertains to all portions of this announcement. The anticipated contract type will be cost reimbursable. Firms interested in being considered to perform this work are required to submit a Standard Form (SF) 254 and SF 255 for each of the firm?s home, regional or branch office where they wish to be considered, showing project experience for each specific office and listing the personnel in that office who would be assigned to perform the work. This is not a request for proposal nor is a proposal desired. ONLY USE STANDARD PAGES OF THE SF 254 and 255 (Rev. 11/92) prescribed by GSA. No more than ten brief resumes may be submitted as part of item 7 of the SF 255, and each resume shall be contained on one single-sided page, using standard 10-point type size. Item 10 of the SF 255 shall be limited to one single-sided page, also using standard 10- point type. On each resume in item number 7 it must be clearly stated where the person is located. If not so stated, the resume may be given no credit. All other material such as brochures, samples of work, attachments or extra pages will not be considered and will be discarded upon receipt. Firms will be selected using procedures for acquisition of architect-engineer services set forth in FAR, Part 36 (Brooks Act, 40 U.S.C. #541-544 (1988), as amended) and the FEMA Acquisition Regulations subparts 4436.6. Selection criteria will be in accordance with FAR Section 36.602-1, Selection Criteria. If a firm has multiple offices, for each of the criteria requiring demonstrated ability and experience, show project experience for each specific office and list the personnel in that office who would be assigned to perform the work. The following factors will be used in the selection of the firms (in scoring these factors, the Government will also evaluate the demonstrated experience of the key personnel in performing the related work, where applicable, while employed by the firm: (1) Specialized in-house experience in the design and specification application of water system design and engineering (20 points); (2) Demonstrated experience of the firm, in similar design engineering (Max. pts. 20);(3) Capacity of the firm to provide a proposal within five days of notification and meet the proposed delivery date of 25 calendar days from award (20 points); (4) Past performance of firm with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (provide 3 to 5 current references (no older than 3 years) with phone number and point of contact) (20 points); (5) Geographical proximity of the firm's home, regional, or branch offices to the FEMA Region VI office (10 points). This announcement is 100% small business set aside. Following an evaluation of the qualification and performance data submitted, a proposal will be requested from the most preferred firm. The proposal will be due within five days of notification. Price negotiations will be conducted beginning with the most preferred firm in the final selection and will proceed until award is made. Responses shall reference ?Synopsis Number: EMT-2003-SL-0101, FEMA Region VI Underground Facility Cold Water System? on the face of the SF 254 and SF 255 as well as the outside of the envelope. All information requested by this announcement must be received no later than August 11, 2003. The designated address and point of contact for receipt of submittals is the following address, Federal Emergency Management Agency Region VI, 800 North Loop 288, Denton, Texas 76209-3606, ATTENTION: Barbara Armistead, Room 125. Firms submitting responses must allow several extra days for mail handling because late response submissions will not be considered except as noted in Federal Acquisition Regulations (FAR), Part 14.304. Electronic responses may be submitted to the e-mail address listed below. Point of Contact Barbara Armistead, Contract Specialist, Phone (940) 898-5335, Fax (940) 898-5388, e-mail address mailto:barbaraj.armistead@dhs.gov Place of Performance Federal Emergency Management Agency, Region VI, 800 North Loop 288, Denton, Texas 76209-3606
- Place of Performance
- Address: 800 North Loop 288, Denton, Texas
- Zip Code: 76209
- Zip Code: 76209
- Record
- SN00386725-W 20030801/030730213058 (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 |