Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,1998 PSA#2078

Federal Emergency Management Agency; Acquisition Operations Division; Flood, Fire & Mitigation Branch; 500 C Street, S.W., Room 350; Washington, DC 20472

C -- COASTAL FLOOD INSURANCE RESTUDIES IN THE STATES OF MASSACHUSETTS AND TEXAS FOR FY 99 SOL CSTL-99 DUE 052098 POC Point of Contact: Virna L. Evans, Contract Specialist 202/646-7591; Chandra G. Lewis, Contracting Officer 202/646-3118 E-MAIL: Click here to contact FEMA Point of Contact via email, virna.evans@fema.gov. The Federal Emergency Management Agency (FEMA) intends to award a contract in FY 99 for each of the packages listed below, subject to the availability of funds, for Flood Insurance Restudies (RFISs) located in communities subject to coastal flooding. The selected firm will be required to provide the following services: (1) determine the flood hazard areas in the assigned community; (2) perform wave height and wave runup analyses; (3) develop flood elevation frequency data for the 10-, 50-, 100-, and 500-year return periods resulting from combined storm surges and wave action including open coast and inland areas flooded inland through overland or natural and artificial waterways; (4) prepare reports and flood maps which outline flood hazard areas and flood risk zones; and (5) coordinate and consult with Federal and State agencies and local community officials, FEMA staff, FEMA review contractors, and others, as required. The communities will be studied in varying degrees of engineering detail dependingupon the amount of floodplain development occurring. The cost to perform each study is estimated to range from $100,000 to $300,000. The starting date for the restudies is scheduled for the second quarter of FY 99 and is estimated to take 12 months to complete. 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. The following one package is "set-aside" for small business firms, provided a sufficient number of qualified firms apply: (Package 1): Hingham, City of (Plymouth Co.), MA. The one non "set-aside" package is: (Package 2): Galveston County (Galveston Co.), TX. 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 required to submit two (2) copies of 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. Submissions under this notice is requested only from those firms having the capability to perform coastal flood studies as described herein. Jointventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the joint ventures 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 firm is a joint venture, specific attention is required to assure that ITEM FIVE is 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. 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. 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 nine 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 experience of in-house staff in oceanographical engineering, the selection and use of related mathematical models and related hydraulics and hydrology. Note that the subcontracting of hydrology and hydraulics is not allowed. (Max. pts. 25); (2) demonstrated experience of key personnel in working with the firm, in coastal engineering works including, but not limited to, studies of beach erosion, tidal propagation in bays, estuary and inlet hydraulic studies and shore protection designs. (Max. pts. 20); (3) demonstrated experience of key personnel in working with the firm, in flood risk assessment and floodplain mapping for coastal environs. (Max. pts. 10); (4) specialized experience of in-house staff in managing and performing digital terrain models and application of Geographic Information Systems (GIS) technology in flood insurance studies or related work of a similar magnitude and complexity (Max. pts. 12); (5) demonstrated experience of key personnel in working with the firm, in managing and performing digital terrain models and application of Geographic Information Systems (GIS) technology in general projects. The Government will also evaluate the demonstrated experience of key personnel in the use of economical innovative mapping procedures. (Max. pts. 10); (6) past performance on coastal flood insurance studies or related work of a similar magnitude and complexity in risk assessment/floodplain 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 coastal RFIS requirements within a twelve month period (Max. pts 5); (8) The experience of the firm in working with municipal governmental authorities. (Max. pts. 5); (9) Geographical proximity of the firm's home, regional, or branch offices where the work is to be performed to the area to be studied. (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 firms have been rejected. Responses shall reference "Synopsis Number: CSTL-99, Coastal Flood Insurance Restudies in the States of Massachusetts and Texas" 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 99 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 coastal restudies to be initiated in FY 99. 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 no later than 3:00 PM local time on May 20, 1998. The designated address and point of contact for receipt of submittals for Packages 1 is the following address, Federal Emergency Management Agency Region IV, 3003 Chamblee Tucker Road, Atlanta, GA 30341, ATTENTION: Helen Housand, Room 146. The designated address and point of contact for receipt of submittals for Packages 2 is the following address, Federal Emergency Management Agency Region VII, 2323 Grand Blvd, Suite 900, Kansas City, MO 64108-2670, ATTENTION: Trisha VanBleisem. Firms submitting responses must allow several extra days for mail handling because late responses submissions will not be considered except as noted in Federal Acquisition Regulations (FAR), Part 14.304. (0107)

Loren Data Corp. http://www.ld.com (SYN# 0038 19980421\C-0019.SOL)


C - Architect and Engineering Services - Construction Index Page