|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1999 PSA#2390Contracting Officer, FEMA Region 10, Adminstrative Services Branch, 130
228th St, S.W., Bothell, WA 98021 C -- FLOOD INSURANCE RESTUDIES THROUGHOUT REGION IV -- RIVERINE SOL
FIS-2000-IV-RIV DUE 083199 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 riverine flooding. The selected firm
will be required to provide the following services: (1) determine the
flood hazard areas in the assigned communities; (2) develop flood
elevation frequency data for the 10-, 50-, 100-, and 500-year return
periods; (3) develop flood frequency data for the 10-, 50-, 100-, and
500-year return periods; (4) 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. 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
$3,000,000 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. 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
acopy 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 accord 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) Demonstrated experience of
key personnel in working with the firm, in performing studies for
water supply and drainage design, and in hydraulic modeling offlood
control works, reservoir planning, and open channel hydraulics (12
points); (4) Demonstrated experience of key personnel in working with
the firm, in performing hydrologic studies (10 points); (5)Demonstrated
experience of key personnel in working with the firm, in flood risk
assessment and floodplain mapping for riverine environs (8 points); (6)
Specialized experience of in-house staff in preparing digital products
and application of Geographic Information Systems (GIS) technology in
flood insurance studies or related work of a similar magnitude and
complexity. Note that subcontracting of GIS product preparation is not
permitted. (7 points); (7) Demonstrated experience of key personnel in
working with the firm, in preparing digital products and application of
Geographic Information Systems (GIS) technology and/or in the use of
economical innovative mapping procedures in flood insurance studies or
related work of a similar magnitude and complexity (12 points); (8)
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); (9)
Capacity of the firm's office applying for the work to meet the flood
insurance study requirements within a 12-month period (9 points); (10)
Geographical proximity of the firm's home, regional, or branch offices
where the work is to be performed to the Regional Office (5 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: FIS-2000-IV-RIV, Riverine 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 31, 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 07/15/99 (W-SN354760). (0196) Loren Data Corp. http://www.ld.com (SYN# 0042 19990719\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|