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 -- LIMITED UPDATES OF FLOOD STUDIES THROUGHOUT THE UNITED STATES SOL LIM-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 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 1999 with options for FY 2000 and FY 2001. 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, FEMA 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 nine 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 I FB Boston, Massachusetts: Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, and Vermont; Region II FB New York, New York: New Jersey, New York, Puerto Rico, and Virgin Islands; Region III FB Philadelphia, Pennsylvania: Delaware, District of Columbia, Maryland, Pennsylvania, Virginia and West Virginia; Region IV FB Atlanta, Georgia: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, and Tennessee; Region VI FB Denton, Texas: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas; Region VII FB Kansas City, Missouri: Iowa, Kansas, Missouri, and Nebraska; Region VIII FB Denver, Colorado: Colorado, Montana, North Dakota, South Dakota, Utah and Wyoming; Region IX FB San Francisco, California: Arizona, California, Hawaii, Nevada, Guam, American Samona, and Mariana Islands; Region X FB Bothell, Washington: 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 2E This procurement is classified under the Standard Industrial Classification Code 8711, Other Engineering Services. Contracts in the following eight FEMA regions are "set-aside" for small business firms provided a sufficient number of qualified firms apply: Region I; Region II; Region III; Region IV; Region VI; Region VIII; Region IX; and Region X. The one non "set-aside" contract is: Region VII. The anticipated contract type will be cost-pluus-fixed-fee indefinite quantity. 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. 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 ventures with the chief executive officer of each entity identified and must indicatethe 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 25 5 shall be submitted for joint ventures. ONLY USE STANDARD PAGES OF THE SF E1254 AND 255 (Rev. 11/92) prescribed by GSA. Offerors shall submit two (2) copies of the SF 254 and 255 for each region that is being applied for, in order to be considered. 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 seven 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) 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. (Max. pts. 18); (2) specialized experience of in-house staff in flood hydrology and open channel hydraulics. Note that subcontracting of hydrology and hydraulics is not allowed. (Max. pts. 18); (3) experience in the study area (region) FB flood insurance studies or similar work in the region completed in the last 3 years. (Max. pts. 18); (4); past performance on 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. 18); (5) demonstrated experience of current in-house staff 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) geographical proximity of the firm's home, regional, or branch offices with staff and capacity to meet project requirements to the FEMA regional office. (Max pts. 9); and (7) the experience of the firm in working with local government authorities. (Max. pts. 9). 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: LIM-99, Limited Updates of Flood Studies Throughout the United States" and include the Region in which the 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 limited updates 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 Regions I, II, III and IV 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 Regions VI and VII is the following address, Federal Emergency Management Agency Region VII, 2323 Grand Blvd, Suite 900, Kansas City, MO 64108-2670, ATTENTION: Trisha VanBleisem. The designated address and point of contact for receipt of submittals for Regions VIII, IX, and X is the following address, Federal Emergency Management Agency Region X, 130 228th Street, SW, Bothell, WA 98021-9796, ATTENTION: Bill Webb. 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# 0039 19980421\C-0020.SOL)


C - Architect and Engineering Services - Construction Index Page