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 -- RIVERINE AND COASTAL FLOOD INSURANCE RESTUDY IN THE STATE OF GEORGIA FOR FY 99 SOL COMB-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 the package listed below, subject to the availability of funds, for Flood Insurance Restudies (RFISs) located in communities subject to coastal and riverine 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) develop flood frequency data for the10-, 50-, 100-, and 500-year return periods and identify the floodway for a 100-year flood for riverine areas; (5) prepare draft reports and maps which outline flood hazard areas and flood risk zones; and (6) 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 not to exceed $500,000. The starting date for the studies is scheduled for the second quarter of FY 99 and is estimated to take 12 months to complete. This procurement is classified under the Standard Industrial Classification Code 8711, Other Engineering Services. The package is (Package 1): Glynn County (Glynn Co.), Georgia. 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 and riverine flood studies as described herein. 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. Specificattention is required to assure that ITEM FIVE of the SF 255 is completed in full for the firm to be considered. Only one SF 255 shall be submitted for joint ventures. ONLY USE STANDARD PAGES OF THE SF=E1254 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 twelve factors willbe 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 hydrology. Note that subcontracting of hydrology is not allowed. (Max. pts. 12); (2) specialized experience of in-house staff in open channel hydraulics. Note that subcontracting of hydraulics is not allowed. (Max. pts. 12); (3) specialized experience ofin-house staff in oceanographical engineering, and in the selection and use of related mathematical models. (Max. pts. 12); (4) demonstrated experience of key personnel in working with the firm in performing studies for water supply and drainage design; and in hydraulic modeling of flood control works, reservoir planning and open channel hydraulics. (Max. pts. 10); (5) demonstrated experience of key personnel in working with the firm in performing hydrologic studies (Max. pts. 8); (6) 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. 8); (7) demonstrated experience of key personnel in working with the firm in flood risk assessment and floodplain mapping for coastal and riverine environs. (Max. pts. 5); (8) 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. 10); (9) 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. 8); (10) 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. 5); (11) capacity of the firm's office applying for the work to meet the flood insurance study requirements within a twelve month period. (Max. pts 5); (12) The experience of the firm in working with municipal governmental authorities, and the geographical proximity of the firm's home, regional, or branch offices where the work is to be performed to the area to be studied or, if no area is specified, to the Regional Office. (Max pts. 5)=2E Following an in depth evaluation of the qualification and performance data submitted, three or more firms considered to be the most highly qualifiedto provide the type of service required, will be selected for a "short-list"=2E 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: COMB-99, Riverine and Coastal Flood Insurance Restudy in the State of Georgia for FY 99" 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 the combination of coastal and riverine 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 Contracting Officer, Helen Housand, no later than 4:00 PM local time on May 20, 1998 at the following address: Federal Emergency Management Agency Region IV, 3003 Chamblee Tucker Road, Atlanta=, GA 30341, ATTENTION: Helen Housand, Room 146. 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# 0041 19980421\C-0022.SOL)


C - Architect and Engineering Services - Construction Index Page