Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOLICITATION NOTICE

C -- Multi-Hazard Flood Map Modernization Program within Region VI

Notice Date
6/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region VI, 800 North Loop 288, Denton, TX, 76201, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFE06-07-R-0001
 
Response Due
7/27/2007
 
Archive Date
8/11/2007
 
Description
The Department of Homeland Security, Federal Emergency Management Agency (FEMA), Region VI requires services under the Brooks A-E Act as implemented in FAR Subpart 36.6 to provide support of the national Multi-Hazard Flood Map Modernization Program within Region VI. FEMA intends to award up to five Performance Based, Indefinite-Delivery, Indefinite-Quantity, Architect Engineer contracts to support the Map Modernization Program. The Architect-Engineering services required under these contracts include mapping activities to produce digital flood insurance rate maps and development of updated flood mapping data, as more fully addressed in the attached Statement of Objectives (SOO), which is incorporated by reference. See the following website for information on Map Modernization at: http://www.fema.gov/plan/prevent/fhm/mm_main.shtm Region VI covers the following states: (Texas, Oklahoma, New Mexico, Arkansas, Louisiana). In addition to work within this region, FEMA may award tasks to a contractor that requires performance outside of this geographical area. The required services are included in Appendix 2, Statement of Objectives (SOO), which includes riverine and coastal flood insurance studies, Digital Flood Insurance Rate Maps (DFIRMs), disaster recovery data and other technical support related to these activities, including joint mapping activities initiated under the Cooperating Technical Partner initiatives. Submission Requirements: Interested A&E firms are required to submit one (1) original and four copies of completed form SF330 showing project experience and personnel who will perform the work. Submissions should be mailed to the following address: ATTN: Andrea Simpson, ARP FEMA Region VI 800 North Loop 288 Denton, TX 76209-3606 To assure consideration, all information must be received by the Contracting Officer no later than 4PM on July 27, 2007. Strict adherence to the submission instructions will be enforced. Firms not performing all work in-house must identify subcontractors in their submittal. SF 330 Part I ? Contract-Specific Qualifications: A firm (prime or joint venture) must complete SF 330 Part I, which shall not exceed sixty (60) pages, 8 1/2" x 11" front side only. Charts and drawings will be counted as two pages if submitted on 11 x 17" size paper. Double-sided pages shall be counted as two pages. The 60 page limit does not apply to Part II of the SF 330. Front and back cover pages and tab pages will not be counted in the page limit nor will these pages be evaluated; i.e., any information listed on these pages will be ignored. All pages following the first sixty (60) pages will not be considered. All other material such as brochures or samples of work, attachments or extra pages will not be considered. SF 330 Part II ? General qualifications: Part II is required for each branch office of the firm and any subcontractors that will have a key role in the proposed contract. There is no page limit on Part II. All submittals, to include portions from subcontractors, shall use a type pitch that is no smaller than a standard eleven-point font type, with the exception of charts, graphs, or tables, which shall use a pitch no smaller than 10-point. Joint ventures must include a copy of the legal joint venture agreement with the chief executive of each entity identified. Copies of any agreements between firms participating in a prime/subcontractor relationship must also be included in the submittal. The joint venture and the prime/subcontractor documents will not be subject to the page limitation set forth above. Any firm with a joint venture or subcontractor relationship must list the percentage and type of work that will be performed by each participating firm. Facsimile transmissions or electronic submissions will not be accepted. The IVL (Interested Vendors List) feature has been activated on the Vendors portal to FedBizOpps, and firms are encouraged to provide their contact information there to help maximize teaming arrangements and small and small disadvantaged business participation on this procurement. The following solicitation number must appear on the face of all forms and on the outside of the envelope. In addition submissions must acknowledge notice/receipt of all amendments or modifications: HSFE06-07-R-0001 No other announcement is anticipated for this requirement. Only firms responding by the date and time stated above will be considered for selection. Late responses will be handled in accordance with FAR 52.215-1, Late Submissions, Modifications, and Withdrawals of Bid. No materials will be returned. This is not a request for proposal. Selection Process: The selection process shall be in accordance with Federal Acquisition Regulation Part 36, Subpart 36.6, Performance-Based Contracting, and the Brooks Act (Public Law 92-852). Clarifications may be requested at any time. The selection process will be accomplished in two phases: Phase 1: Screening Phase: during which the SF330 will be evaluated against the selection factor 1-5 listed below to select the most highly qualified firms (the Short List) for continued participation in the procurement process. The letter notifying those firms selected for the short list will contain an appointment for one-on-one due diligence sessions with the Agency staff. Expenses for due diligence will not be reimbursed. For planning purposes, it is anticipated that these sessions will be conducted in the Region?s offices and shall not take longer than two (2) hours. In preparation for their due diligence session, firms should review the websites listed in the SOO. Phase 2: Selection Phase: during which the short-listed firms will be invited to submit additional information and make oral presentations pursuant to FAR 36.602-3(c). The additional information will consist of a comprehensive Project Management Plan (PMP), Technical Work Plan (TWP), and a Quality Management Plan (QMP) that address the firm?s solution to meeting the SOO. The page limit for the plans (total) is 75 pages. The plans will be reviewed before oral presentations. Each of the short-listed firms shall be given an opportunity for oral presentation, which shall be made by the firm?s key personnel/management team. After reviewing the Phase 2 submission, a letter will be sent to each of the short listed firms scheduling a date for the firm?s oral presentation and containing a list of questions covering the Phase 2 submission. Each firm is responsible for ensuring that any required presentation tools and personnel are available and working properly for their presentation. During the oral presentation, the short-listed firms may be requested to provide further clarification concerning their submission. After oral presentations, the firms will be evaluated and ranked, based on the information presented in their Phase II submission and Oral presentation. Selection factor 1-6 listed below will be used for making the final selection(s). Unsuccessful firms and firms selected for negotiation of a contract will be notified. Negotiations will be conducted beginning with the most highly ranked firms in the selection and will proceed until sufficient awards have been made. Selection Factor: Six (6) factor will be used in the selection of firms. Factor 1 through 5 will be used to evaluate firm?s SF-330s during Phase 1. Factor 1, 2 and 3 are considered critical and are of equal value; Factor 4 and 5 are less important than Factor 1, 2 and 3, and are listed in descending order of importance. Subfactors are of equal importance. In addition to Factor 1 through 5, Factor 6 will be used to evaluate the firm?s Phase 2 submission (PMP, TWP, and QMP) during Phase 2. Factor 6 is less important than factor 1, 2 and 3 and more important than Factor 4 and 5. Should the content of a firm?s PMP, TWP, and QMP impact any of the Phase 1 ratings, the ratings for Phase 1 shall be revised as appropriate. FACTOR 1. PROFESSIONAL QUALIFICATIONS AND CAPABILITIES: The Government will evaluate the firm?s demonstrated capability of the firm and key personnel in hydrology, open channel hydraulics, and coastal analysis and design for the purposes of flood risk assessment and floodplain maps as well as their demonstrated integration of engineering and geographic Information systems (GIS) staff in mapping project implementation. The Government will evaluate the firm?s demonstrated capability of the firm and key personnel in working with state and local governments in floodplain or storm-water management and regulatory programs. The Government will evaluate the firm?s demonstrated capability of the firm and key personnel in relaying complex technical floodplain mapping issues to the state and local government as well as the public and their ability to maximize public participation in the floodplain mapping decision making process. FACTOR 2. SPECIALIZED EXPERIENCE AND TECHINCAL COMPETENCIES: The Government will evaluate the firm?s demonstrated experience of the firm and the key personnel in the application of GIS technology specific to production of flood hazard mapping, including automated hydrologic and hydraulic applications in Flood Insurance Studies; experience in the collection, compilation and analysis of data used in the DFIRM database; demonstrated knowledge and understanding of data typically input to digital flood hazard map projects; and capability in hydrologic and hydraulic analyses for coastal and inland watercourses and water bodies, including, for coastal work; beach erosion, tidal propagation in bays, estuary and inlet hydraulic studies, shore protection designs, and water surface estimates based on run-up analyses on coastal structures. The Government will evaluate the firm?s experience in management, quality assurance planning and quality control reviews in similar projects; capability for quality oversight and assurance for work performed by other contractors and federal, state, and local entities; capability and general approach to developing a quality assurance and surveillance plan that reflects the performance standards and incentives tied to the Statement of Objectives; and ability to build effective partnerships between various levels of government, the public and the private sector. The Government will evaluate the firm?s experience in Earned Value Management in managing cost, schedule, and performance. FACTOR 3. PAST PERFORMANCE IN CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. The Government will evaluate the firm?s past performance on contracts with Government agencies and private industry will be evaluated in terms of project management, accuracy of costs estimates, cost control, quality control, completion of projects within budget, and compliance with performance schedules for contracts of a similar type, size and scope. Therefore, the firm must provide a list of up to five contracts performed within the past five (5) years. For each contract, the firm must provide points of contact (name, title, email address and current telephone numbers). In addition, for each contract, the firm must describe its affiliation with that contract in a narrative that also describes that contract?s relevance to this effort?s type, size, and scope. The narrative must include a discussion of that contract?s project management, accuracy of cost estimates, cost control, quality control, completion of projects within budget, and compliance with performance schedules. If the firm is a Joint Venture, contracts performed by its individual members must be included. In the case of a firm without a record of relevant past performance or for whom information on past performance is not available, the firm will not be evaluated favorably or unfavorably on past performance. The Government reserves the right to use information outside of the response in evaluating past performance. FACTOR 4. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME. The government will evaluate the firm's ability to perform multiple complex projects, in multiple states concurrently, while accomplishing the work within required time limits. Firms must explain planned versus existing capacities and the availability of proposed team members (including subcontractors and consultants), for the specified contract period. FACTOR 5. LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY. The Government will evaluate the firm?s familiarity and experience working with the state and local government entities and other professional organizations within the specific region/package area. The Government will evaluate the firm?s ability to produce and obtain products compliant with all national, regional, state and local rules and regulations; and with all necessary certifications; as well as the ability to identify and assess multiple hazards and unique or specialized flood risk situations within the specific region/package area. FACTOR 6. PROJECT MANAGEMENT PLAN, TECHNICAL WORK PLAN, AND QUALITY MANAGEMENT PLAN. a) PROJECT MANAGEMENT PLAN. The Government will evaluate the firm?s comprehensive approach to the overall development, management and coordination of the contract in accordance with the SOO. The PMP must include the roles, responsibilities, and management structure in a clear, efficient, and concise manner of all parties, whether that party be a prime, a subcontractor, a consultant or joint venture member. b) TECHNICAL WORK PLAN. The Government will evaluate the firm?s technical work plan that is cross-referenced to the SOO. The work plan should illustrate how the team will accomplish the work, and shall include any constraints on the plan. c) QUALITY MANAGEMENT PLAN. The Government will evaluate the firm?s quality management plan that is cross-referenced to the SOO that includes its quality control program, and secondly, a quality assurance surveillance plan of the firm?s performance in cost, quality and timeliness, for the Government?s use in evaluating the firm?s performance. The quality assurance surveillance plan shall describe (1) Selected Service Performance Areas (SSPA) that the firm considers most relevant in meeting the SOO; (2) the performance requirements for each SSPA (unacceptable, marginal, satisfactory, excellent, outstanding); (3) recommended time, place and amount of the method of Government surveillance; and (4) (optional) applicable incentives/disincentives if performance requirements are not met, or are exceeded. It is the government?s intent to negotiate and incorporate a QMP in any resultant contract awarded. Cascade Set-Aside: All types and sizes of business concerns may submit offers. Offers will be considered in the order of precedence set forth in the cascading set-aside procedure below: Definition: For purposes of cascading set-asides, ?Most highly qualified? shall mean a firm selected for negotiation on the final Source Selection Board Report. Procedure: Any award(s) resulting from this pre-solicitation notice will be made using the following set-aside order of precedence: (1) In accordance with FAR Subpart 36.6, negotiations for contract award shall commence with the most highly ranked Small Business on the Source Selection Board report. Negotiations shall then proceed to the next most highly ranked Small Business on the Source Selection Board Report, until the number of contracts necessary to fulfill the Government?s requirements is met. (2) In the event that Negotiations fail with a more highly ranked Small Business, the Government shall commence negotiations with the next most highly ranked Small Business. (3) If there are an inadequate number of highly qualified Small Businesses to fulfill the Government?s requirements, or if the Government fails to negotiate a fair and reasonable contract with a Small Business and no Small Businesses remains on the Source Selection Board Report which has not entered into negotiations, the Government shall commence negotiations with the highest ranked Other business on the Source Selection Board report. (4) In the event that Negotiations fail with a more highly ranked Other Business, the Government shall commence negotiations with the next most highly ranked Other Business. (5) Negotiations with multiple firms, up to the number of projected contracts may proceed in parallel. Examples: For all examples the following Source Selection Board ranking will be used: Company A Small Business Company B Other Business Company C Small Business Company D Other Business Company E Other Business 2 contracts to be awarded: Commence negotiations with companies ?A? and ?C?. If negotiations fail with either company ?A? or ?C? commence negotiations with Company ?B?. 3 contracts to be awarded: Commence negotiations with companies ?A?, ?C? and ?B?. If negotiations fail with either company ?A?, ?C? or ?B? commence negotiations with Company ?D?. 4 contracts to be awarded: Commence negotiations with companies ?A?, ?C?, ?B? and ?D?. If negotiations fail with either company ?A?, ?B?, ?C? or ?D? commence negotiations with Company ?E?. Contract Information: Each of the resulting contracts will be Indefinite Delivery/Indefinite Quantity (IDIQ), Performance Based Architect/Engineer Contracts, with an ordering period of 60 months from the date of award. The resulting contract(s) will be structured to allow for the issuance of Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) task orders. The contract minimum will be $50,000 and the maximum will be $40 million. The NAICS Code for this action is 541330 and the small business size standard is $4 million in average annual receipts over the past three years. This announcement is open to all businesses regardless of size. Small businesses are encouraged to participate as prime contractors and should consider teaming with other businesses. However, to be considered a small business at the time of contract award, small businesses must perform 50% or more of the work. Large businesses are encouraged to include a high percentage of small business firms in their team composition. If a large business firm is selected for a contract, after the Phase II selection process and prior to contract negotiations, it must comply with FAR Clause 52.219-9, Small Business Subcontracting Plan and HSAR 3019.705-1, Small Business Subcontracting Program. It is anticipated that the firm?s business proposal will be audited by the defense Contract Audit Agency (DCAA) prior to award. During this audit the firm?s cost accounting system will be reviewed for adequacy. Changes or adjustments to the firm?s cost accounting system may be required as a result of this review. Firms must be registered in the Central Contractor Registration (CCR) at the time of contract award. You may register via the internet at: www.ccr.gov. Firms are also required to be registered in the Online Representations and Certifications Application (ORCA) at the time of contract award. You may also register via the internet at: http://orca.bpn.gov. Contract awards are anticipated no later than March 2008.
 
Place of Performance
Address: 800 North Loop 288, Denton, TX
Zip Code: 76209
Country: UNITED STATES
 
Record
SN01328896-W 20070629/070627220459 (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.