Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1999 PSA#2370

Contracting Officer, FEMA Region 10, Adminstrative Services Branch, 130 228th St, S.W., Bothell, WA 98021

C -- FLOOD INSURANCE RESTUDIES THROUGHOUT REGION VI SOL EMW-1999-RP-0057 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 up to three, five year, indefinite delivery, indefinite quantity contracts, starting in fiscal year (FY) 2000, subject to the availability of funds, for Flood Insurance Restudies (RFISs) in Region VI 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 VI office and the states that comprise the region are: Region VI -- Denton, Texas: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. 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 insufficientnumber 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 isa 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-0057, Flood Insurance Restudies Throughout Region VI" 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 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 response submissions will not be considered except as noted in Federal Acquisition Regulations (FAR), Part 14.304. Posted 06/16/99 (W-SN343478). (0167)

Loren Data Corp. http://www.ld.com (SYN# 0024 19990618\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page