Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOLICITATION NOTICE

C -- Infrastructure Assessment and Cost Estimating Contract

Notice Date
5/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - LA, 415 N. 15th Street, Baton Rouge, LA, 70802, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFELA-07-R-0028-
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL BE NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION SHALL BE SUBMITTED ON THE STANDARD FORM (SF) SF-330. The Federal Emergency Management Agency (FEMA), seeks the services of a qualified A&E firm to provide Engineering services. This procurement is UNRESTRICTED to all qualified A&E firms residing or primarily doing business in the State of Louisiana, in accordance with the Stafford Act and FAR provisions 52.226-3, 52.226-4, and clause 52.226-5. The North American Industrial Classification System (NAICS) Code for this procurement is 541330 ? Engineering Services. Services shall include but not be limited to: assessments, investigations, cost estimates, and engineering studies. Professional disciplines shall include but not be limited to the following: Civil, Environmental, Structural, and Hydraulic Engineering. A brief summary of the work is as follows; See attached Statement of Work for detailed scope of work. Summary: FEMA is seeking a qualified company to assess the current conditions of public water and sewer facilities, systems, and/or infrastructure in New Orleans, LA and ascertain the pre-disaster state. The company will provide a prioritized list of essential repairs to return the sewer, water and drainage infrastructure to a functional level of serviceability along with a detailed estimate of the costs to repair. The company will also develop a prioritized list of repairs to return the facility, system and/or infrastructure to its pre-disaster state with a detailed cost estimate. Finally, the awarding company will develop a detailed Master Plan to refurbish the entire system consistent with the associated detailed costs. EVALUATION AND SELECTION CRITERIA. Completed SF-330's received in response to this notice will be evaluated by a government board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36.6 to determine the most highly qualified firms. Failure to provide the requested data or accessible points of contact could result in a firm being considered less qualified. The A/E firms will be evaluated by the following selection criteria, in descending order of importance: (1.) Professional qualifications necessary for satisfactory performance of required services: A. List firm?s experience in Public Water/Sewer Systems with capacities greater than 100 Million Gallons per Day (MGD). List any experience with the Sewerage and Water Board of New Orleans. B. List the number of projects with capacities greater than 100 MGD. Include a brief description of each project. C. List the proposed personnel for this project. Include the number of years experience on water/wastewater projects. D. Explain the complexities of similar projects and how the schedules and timetables were met. E. The evaluation will consider the management approach to discern between pre-disaster and post-disaster, coordination of prime and subcontractors, and prior experience of the prime firm and all significant subcontractors on similar projects. F. Explain the firm?s experience with the Safe Drinking Water and Clean Water Acts. G. Submittals are limited to fifty (50) pages, excluding resumes. (2) Specialized experience and technical competence in the type of work required, including significant pre- and post-flood events, analysis and identification of: A. Water distribution line leakage B. Inflow and infiltration C Storm water drainage D. High volume pumping systems E. Surface water drainage canals (3) Capability and capacity to accomplish the work in the required time. A. Submit resumes of the experience of each line and staff executive, supervisor, and technical members presently employed by the firm who will devote all, or a majority, of their time to this project. Resumes must include: name, education, registrations, certifications, present position or title, types of experience by years, and any other information in sufficient detail to facilitate the evaluation of qualifications and administrative or technical competence. Firms shall provide relevant recent experience and technical knowledge of project personnel and outside consultants, total number of personnel the firm employs in the technical disciplines required for the proposed work and the professional qualifications of those personnel, the firm?s current workload, the total number of on-going projects, their construction value, fee, and the percentage complete. Submit a proposed personnel staffing chart required to meet the time established in the Statement of Work. (4) Past performance on contracts with government agencies in terms of cost control, quality of work, and compliance with performance schedules. A. Firms shall provide information on past performance on contracts with the Sewerage and Water Board of New Orleans and other Government Agencies in terms of cost control, quality of work, accuracy of construction cost estimates, and the number, dollar amounts, and reasons for construction change orders. (5) Location in the general geographical area of the project and knowledge of the locality of the project, provided that the application of this criterion leaves an appropriate number of qualified firm, given the nature of the project. A. The A/E Firm?s proximity to Greater New Orleans, Louisiana will be evaluated. Ratings will be given to firms based upon the firm?s location in descending order (1) within Greater New Orleans, (2) within Louisiana, and (3) outside Louisiana. B. Prior experience with the Sewerage and Water Board may be considered. Qualifications packages All responsible and interested A/E firms must submit an updated SF 330 (Part I and II) to the address below. SF 330s must be received no later than 3:00 p.m. Central Standard Time on June 18, 2007. Facsimile Proposals will not be accepted. Any/All questions related to this announcement must be submitted in writing no later than 10 days prior to the date set for receipt of the SF-330s. Questions should be e-mailed to Adam Jones @ adam.w.jones@dhs.gov or Glenda Perez @ glenda.perez@dhs.gov. Address for submittal of SF 330s: Attn: LA Acquisitions Gulf Coast Recovery / Contracting FEMA LA TRO 415 North 15th Street Baton Rouge, LA 70802 Contractor Participation: Offerors are advised that the Government may utilize representatives from iParametrics, LLC to assist during the source selection process. The exclusive responsibility for source selection will reside with the Government. Proprietary information submitted in response to this solicitation will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (hereinafter referred to as "the Act") as implemented in the FAR. These companies are bound contractually by Organizational Conflict of Interest and non-disclosure clauses with respect to proprietary information. Contractor personnel assisting in the proposal evaluation are procurement officials within the meaning of the Act, and will take all necessary action to preclude unauthorized use or disclosure of a competing Contractor's proprietary data.
 
Place of Performance
Address: New Orleans, LA
Zip Code: 70165
Country: UNITED STATES
 
Record
SN01296614-W 20070519/070517220601 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.