|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1999 PSA#2370Contracting Officer, FEMA Region 10, Adminstrative Services Branch, 130
228th St, S.W., Bothell, WA 98021 C -- FLOOD INSURANCE RESTUDIES THROUGHOUT REGION IV SOL
EMW-1999-RP-0056 DUE 080299 POC Bill Webb, Contracting Officer, (425)
487-4769 E-MAIL: Click here to contact the contracting officer via,
bill.webb@fema.gov. The Federal Emergency Management Agency (FEMA)
intends to award one, five year, indefinite delivery, indefinite
quantity contract, starting in fiscal year (FY) 2000, subject to the
availability of funds, for Flood Insurance Restudies (RFISs) in Region
IV for 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 communities; (2)
perform wave height and wave runup analyses; (3) develop flood
elevation frequency data for the 10-, 50-, 100-, and 500-year return
periods including, open coast and inland areas flooded inland through
overland or natural and artificial waterways; (4) develop flood
frequency data for the 10-, 50-, 100-, and 500-year return periods; (5)
identify the floodway for a 100-year flood for riverine areas; (6)
prepare draft reports and maps which outline flood hazard areas and
flood risk zones; and (7) coordinate and consult with local community
officials, FEMA staff, FEMA review contractors, and others, as
required. Specific project areas will be assigned by task order, after
contract award and the project must be completed as stipulated in the
task order. Task Orders may not exceed 12 months duration. The minimum
estimated cost for services is $30,000 for the life of the contract.
The maximum estimated cost for services is $600,000 for the life of the
contract. The locations of the FEMA Region IV office and the states
that comprise the region are: Region IV -- Atlanta, Georgia: Alabama,
Florida, Georgia, Kentucky, Mississippi, North Carolina, South
Carolina, and Tennessee. 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. 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 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. 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 page, using standard 10-point type.
Item 10 of the SF 255 shall be limited to one 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.
Selection will be based on the professional qualifications necessary
for satisfactory performance as demonstrated by the following criteria
and evaluation points. Evaluation factors and evaluation points are:
(1) Specialized experience of in-house staff in hydrology. Note that
subcontracting of hydrology is not allowed (15 points); (2) Specialized
experience of in-house staff in open channel hydraulics. Note that
subcontracting of hydraulics is not allowed (15 points); (3)
Specialized experience of in-house staff in oceanographical
engineering, and in the selection and use of related mathematical
models (15 points); (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 (12 points); (5)
Demonstrated experience of key personnel in working with the firm, in
performing hydrologic studies (10 points); (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 (10 points); (7)Demonstrated experience of key
personnel in working with the firm, in flood risk assessment and
floodplain mapping for riverine environs (8 points); (8) Demonstrated
experience of key personnel in working with the firm, in flood risk
assessment and floodplain mapping for coastal environs (8 points); (9)
Specialized experience of in-house staff in preparing digital files
and application of Geographic Information Systems (GIS) technology in
flood insurance studies or related work of a similar magnitude and
complexity (7 points); (10) Demonstrated experience of key personnel in
working with the firm, in preparing digital files and application of
Geographic Information Systems (GIS) technology in general projects and
the demonstrated experience of key personnel in the use of economical
innovative mapping procedures (7 points) (11) 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 (7 points); (12) Capacity of the firm's office applying for
the work to meet the flood insurance study requirements within a
12-month period (7 points); (13) The experience of the firm in working
with municipal governmental authorities (5 points), (14) Geographical
proximity of the firm's home, regional, or branch offices where the
work is to be performed to the Regional Office (7 points). 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: EMW-1999-RP-0056, Flood Insurance Restudies Throughout Region
IV" 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 2000 work, regardless of
prior submissions, must furnish new forms marked as stated above in
order to be considered. FEMA encourages, to the maximum possible
extent, the subcontracting to small business concerns and disadvantaged
business concerns. All information requested in this announcement must
be received by no later than 3:00 PM local time on August 2, 1999. The
designated address and point of contact for receipt of submittals is
Federal Emergency Management Agency Rebion 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
response submissions will not be considered except as noted in Federal
Acquisition Regulations (FAR), Part 14.304. Posted 06/16/99
(W-SN343467). (0167) Loren Data Corp. http://www.ld.com (SYN# 0023 19990618\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|