Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 29,1996 PSA#1562

Federal Emergency Management Agency Acquisition Operations Division, 500 C Street, SW, Room 350, Washington, DC 20472

C -- RIVERINE FLOOD INSURANCE RESTUDIES THROUGHOUT THE UNITED STATES POC William Roberson, Contract Specialist 202/646-3622 Patricia A. English, Contracting Officer 202/646-4257. RIVERINE FLOOD INSURANCE RESTUDIES THROUGHOUT THE UNITED STATES SYNOPSIS RIV-97 DUE 04/29/96. POC William Roberson, Contract Specialist (202) 646-3622; Patricia A. English (202) 646-4257. The Federal Emergency Management Agency (FEMA) intends to award a contract in FY 97 for each of the packages listed below, subject to the availability of funds, for Flood Insurance Restudies (RFISs) located in communities subject to riverine flooding. The selected firm will be required to provide the following services; (1) develop flood elevation frequency profiles for 10-, 50-, 100-, and 500-year floods; (2) identify the floodway for a 100-year flood; (3) prepare draft reports and maps which outline flood hazard areas for flood insurance risk zones; and (4) coordinate and consult with local community officials, FEMA staff, FEMA review contractors, and others, as required. The communities will be studied in varying degrees of engineering detail depending upon the amount of floodplain development occurring. The cost to perform each study is estimated to range from $75,000 to $550,000. The starting date for the RFISs is scheduled for the second quarter of FY 97 and is estimated to take 12 months to complete; with the exception of Package 20 which will have a 12-month period of performance with two one-year options. FEMA intends to utilize ``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. The following nine packages are ``set-aside'' for small business firms provided a sufficient number of qualified firms apply: (Package 1): Newington, Town of (Hartford Co.), CT; (Package 2): Montezuma, Town of (Cayuga Co.), NY, German Flatts, Town of (Herkimer Co.), NY, Oneida Castle, Village of (Oneida Co.), NY, Vernon, Town of (Oneida Co.), NY, and Croghan, Town of (Lewis Co.), NY; (Package 3): Dothan, City of (Dale and Houston Cos.), AL; (Package 4): Livingston Parish (Livingston Par.), LA; (Package 5): New Iberia, City of (Iberia Par.), LA, and Iberia Parish (Iberia Par.), LA; (Package 6): Casa Grande, City of (Pinal Co.), AZ, Eloy, City of (Pinal Co.), AZ, and Pinal County (Pinal Co.), AZ; (Package 7): Colusa County (Colusa Co.), CA; (Package 8): Carpenteria, City of (Santa Barbara Co.), CA, and Santa Barabara County (Santa Barbara Co.), CA; (Package 9): Seaside, City of (Clatsop Co.), OR, and Clatsop County (Clatsop Co.), OR. The eleven non ``set-aside'' packages include: (Package 10): Kershaw County (Kershaw Co.), SC; (Package 11): Sumner County (Sumner Co.), TN: (Package 12): Price County (Price Co.), WI, and Rusk County (Rusk Co.), WI; (Package 13): Creek County Creek Co.), OK; (Package 14); Forest City, City of (St. Francis Co.) AR, and St. Francis County (St. Francis Co.), AR; (Package 15): Jefferson County (Jefferson Co.), TX; (Package 16): Roswell, City of (Chaves Co.), NM, and Chaves County (Chaves Co.), NM; (Package 17): Belton, City of (Cass Co.), MO, Freeman, City of (Cass Co.), MO, Peculiar, City of (Cass Co.), MO, Freeman, City of (Cass Co.), MO, Peculiar, City of (Cass Co.), MO, Raymore, City of (Cass Co.), MO, and Cass County (Cass Co.), MO; (Package 18): Bismarck, City of (Burleigh Co.), ND, and Mandan, City of (Morton Co.), ND; (Package 19): Silverthorne, Town of (Summit Co.), CO. Included in the non ``set-aside'' packages is a pilot project using a contract for one year plus two option years starting in FY 97 with options for FY 98 and FY 99. FEMA intends to award a contract in FY 97 for: (Package 20): Gaston County (Gaston Co.), NC, with an option for FY 98 for Mecklenburg County (Mecklenburg Co.), NC, and an option for FY 99 for Pender County (Pender Co.), NC. The following information pertains to both portions of this ad. The anticipated contract type will be cost reimbursable plus fixed fee. Only firms having an accounting system meeting the Defense Contract Audit Agency (DCAA) standards for cost reimbursable contracts will be given consideration for contract award. Firms interested in being considered to perform this work are urged to submit a Standard Form (SF) 254 and SF 255 for each 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. Joint ventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the joint venture with the chief executive officer of each entity identified and must indicate the percentage and type of work that will be performed by each participating firm. If the offeror is a joint venture, ITEM FIVE of the SF 255 must be completed in full for the joint venture to be considered. Only one SF 255 shall be submitted for joint ventures. ONLY USE STANDARD PAGES OF THE SF 254 AND 255 (Rev. 11/92) prescribed by GSA. Offerors shall submit one copy of the SF 254 and 255 for each package that is being applied for, in order to be considered. No more than ten (10) brief resumes may be submitted as part of item 7 of the SF 255; and each resume shall not exceed one side of one 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 size. 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 subpart 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 ten factors will be used in the selection of the firms: (1) specialized experience of in-house staff in hydrology. Note that subcontracting of hydrology is not allowed. (Max. pts. 15); (2) specialized experience of in-house staff in open channel hydraulics (Max. pts. 15); (3) demonstrated experience of key personnel in performing studies for water supply, irrigation, and drainage design; and in hydraulic modeling of flood control works, reservoir planning, bridge design, and open channel hydraulics, etc. Note that subcontracting of hydraulics is not allowed. In scoring this factor, the Government will also evaluate the demonstrated experience of the key personnel in performing the related work while employed by the firm. (Max. pts. 15); (4) demonstrated experience of key personnel in working with the firm, in flood risk assessment and floodplain mapping for riverine environs. In scoring this factor, the Government will also evaluate the demonstrated experience of the key personnel in performing the related work while employed by the firm. (Max. pts. 15); (5) in-house staff experience in managing and performing map digitizing and application of Geographic Information Systems (GIS) technology (Max. pts. 10); (6) past performance on flood insurance studies or related work of a similar magnitude and complexity in risk assessment/flood plain information studies in the past three fiscal years with Government agencies and private industry in terms of cost control quality of work, and compliance with performance schedules (Max. pts. 8); (7) capacity of the firm's office applying for the work to meet the riverine RFIS requirements within a twelve month period (Max. pts. 7); (8) firm's performance in and familiarity with the study communities or areas (Max. pts. 5); (9) geographical proximity of the firm's home/regional branch offices where work is to be performed to area to be studied (Max. pts. 5); and (10) experience of firm in working with local governmental authorities (Max. pts. 5). Following an in depth evaluation of the qualification and performance data submitted, three or more firms considered to be the most highly qualified to provide the type of service required, will be selected for a ``short-list''. These firms will receive written notice of their selection and given a chance to provide additional data. Upon receipt of the ``short-list'' responses a final evaluation and selection of the most qualified firm will be made. A proposal will be requested, and cost negotiations will be conducted beginning with the most preferred firm in the final selection, and will proceed until an award is made or all the short-listed firms have been rejected. Responses shall reference ``Synopsis Number: RIV-97, Riverine Flood Restudies for FY 97'' and the package number and communities where work is to be performed on the face of both the SF 254 and SF 255 as well as the outside of the envelope. All firms interested in the FY 97 work, regardless of prior submissions, must furnish new forms marked as stated above in order to be considered. No other announcement is anticipated solely for riverine restudies to be initiated in FY 97. FEMA encourages, to the maximum practicable extent, the subcontracting to small business concerns and disadvantaged business concerns. All information requested by this announcement must be received by the Contracting Officer by no later than 3:00 pm local time in Room 350 on April 29, 1996 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 Regulations (FAR), Part 14.304. (082)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960328\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page