|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1995 PSA#1301Federal Emergency Management Agency Acquisition Services Division, 500
C Street, S.W., Rm 350, Washington, DC 20472 C -- LIMITED UPDATES OF FLOOD STUDIES THROUGHOUT THE UNITED STATES POC
William Roberson, Contract Specialist 202/646-3622, Patricia A.
English, Contracting Officer, 202/646-4257. Limited updates of flood
studies throughout the United States Synopsis Limited 96 due 04/14/95
POC Patricia A. English (202)646-4257. The Federal Emergency Management
Agency (FEMA) intends to award a contract in FY 96 to several
engineering firms, subject to the availability of funds, for limited
updates of flood insurance studies for communities subject to riverine
flooding. The contracts will be for one year starting in FY 1996 with
options for FY 1997 and 1998. The anticipated contract type will be
cost reimbursable, plus fixed fee. Only firms having a cost accounting
system meeting the standards of the Defense Contract Audit Agency
(DCAA) will be given consideration for contract award. The selected
firms will be expected to: perform hydrologic and hydraulic analyses to
develop and/or revise flood elevation frequency profiles and floodways
along streams in various communities throughout the United States;
prepare work maps which outline flood hazard areas for flood insurance
risk zones; and, coordinate and consult with local community
officials, FEMA staff, review contractors, and others as required.
Specific project areas will be assigned by task letter after contract
award and the project must be completed as stipulated in the task
letter. Projects may not exceed 12 months duration. Contracts will be
awarded in eight of the ten FEMA regions. It is anticipated that the
value of the contracts will range from $30,000 to $300,000 each year
depending on the region and available funding each year. The locations
of the FEMA regional offices and the states that comprise each region
where firms are to be used are: Region II (New York, NY)/New Jersey,
New York, and Puerto Rico; Region III (Philadelphia, PA)/Delaware,
Maryland, Pennsylvania, Virginia, West Virginia, and Washington D.C.;
Region IV (Atlanta, GA)/Alabama, Georgia, Florida, Kentucky,
Mississippi, North Carolina, South Carolina, and Tennessee; Region VI
(Denton, TX)/Arkansas, Louisiana, New Mexico, Oklahoma, and Texas;
Region VII (Kansas City, MO)/Iowa, Kansas, Missouri, and Nebraska;
Region VIII (Denver, CO)/Colorado, Montana, North Dakota, South Dakota,
Utah, and Wyoming; Region IX (San Francisco, CA)/Arizona, California,
Hawaii, and Nevada; Region X (Bothell, WA)/Alaska, Idaho, Oregon, and
Washington. FEMA intends to utilize ``set aside'' procedures, where
applicable, to contract with qualified small business firms. To be
considered eligible for ``set aside'' procedures, such A&E firms must
clearly indicate on their SF 255: (1) appropriate certifications as
small businesses (self certification), and (2) annual average gross
revenue for the last three fiscal years which must be less than or
equal to $2.5 million. If an insufficient number of firms respond or an
insufficient number is determined to be qualified utilizing the ``set
aside'' procedures, large firms will also be considered. This
procurement is classified under the Standard Industrial Classification
Code 8711, Other Engineering Services. Contracts in the following six
FEMA regions are ``set aside'' for small business firms provided a
sufficient number of qualified firms apply: Region II; Region III;
Region IV; Region VI; Region VIII; Region IX. The two non ``set aside''
contracts include: Region VII; Region X. Evaluation factors and
evaluation points are: (1) demonstrated experience with current in
house staff in flood insurance studies or revisions, floodplain
information studies, flood hazard studies, floodplain management
studies, or related type studies (20 pts.); (2) in house staff with
specialized experience in flood hydrology and open channel hydraulics
(20 pts.); (3) experience in the study area (region), (flood insurance
studies or similar work in the region completed in the last 3 years)
(20 pts.); (4) performance on previous and ongoing flood insurance
studies (20 pts.); (5) the geographic proximity of the firm's
home/regional/branch office, with staff and capacity to meet project
requirements, to the FEMA regional office (10 pts.); and (6) experience
of the firm working with local government authorities (10 pts).
Interested firms should submit separate Standard Forms 254 and 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. Only information included
on the SF-254 and 255 will be considered. All other materials such as
brochures, samples of work, and attachment of extra pages to the SF-255
will be discarded upon receipt. Item five of the SF-255 must be
completed in full for the firm to be considered. Responses shall
reference ``Synopsis: 96-065, Limited Map Maintenance Program for FY
96'', and the FEMA Region where work is to be performed on the face of
both the SF-254 and 255, as well as the outside of the envelope. All
firms must include with their SF-255 appropriate certifications as
small business or firms owned and controlled by socially and
economically disadvantaged individuals certified as 8(a) firms, if
applicable. All information requested by this announcement must be
received by the Contracting Officer no later than 4:00 pm local time in
Room 350 on April 14, 1995 at the following address: Federal Emergency
Management Agency, 500 C Street, SW, Washington, DC 20472, ATTENTION:
William Roberson, Room 350. Firms submitting responses must allow
several extra days for mail handling because late submissions will not
be considered except as noted in Federal Acquisition Regulation (FAR),
Part 14.304. (066) Loren Data Corp. http://www.ld.com (SYN# 0027 19950310\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|