|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 17,1998 PSA#2182Federal Emergency Management Agency; Flood, Fire & Mitigation Division;
500 C Street, S.W., Room 350; Washington, DC 20472 C -- COASTAL FLOOD INSURANCE RESTUDY IN THE STATE OF MASSACHUSETTS FOR
FY 99 SOL CSTL-99 DUE 101998 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, subject to the
availability of funds, to perform a Flood Insurance Restudy in the
following community, which is subject to coastal flooding: (Package 1)
Hingham, City of (Plymouth Co.), MA. 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 community will be studied in
varying degrees of engineering detail depending upon the amount of
floodplain development occurring. The cost to perform the study is
estimated to range from $100,000 to $300,000. The starting date for the
restudy 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 anticipated contract type will be cost reimbursable plus
fixed fee. Only firms haveing 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 five (5)
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.
Join 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 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 brochurres, 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 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 ofGeographic 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 Flood Insurance Restudy
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 State of Massachusetts" and the package
number and community 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 han 3:00 PM local time on
October 19, 1998. The designed address and point of contact for receipt
of submittals is Federal Emergency Management Agency; Flood, Fire, &
Mitigation Division; 500 C Street, S.W., Room 350; Washington, DC
20472; Attention: Virna L. Evans. Firms submitting responses must allow
several extra days for mail handling because late response submissions
will not be considered except as noted in Federal Acquisition
Regulations (FAR), Part 14.304. Posted 09/15/98 (D-SN249950). (0258) Loren Data Corp. http://www.ld.com (SYN# 0014 19980917\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|