MODIFICATION
C -- INFRASTRUCTURE ASSESSMENT AND COST ESTIMATING CONTRACT
- Notice Date
- 6/8/2007
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - LA, 415 N. 15th Street, Baton Rouge, LA, 70802, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSFELA-07-R-0028
- Response Due
- 6/18/2007
- Archive Date
- 7/3/2007
- Description
- Amendment # 1 - Synopsis, Posted on FEDBIZZOPS on May 17, 2007 ? HSFELA-07-R-0028 Clarification # 1 ? Statement of Work (SOW) Clarifications: The Statement of Work attached to this announcement is FOR INFORMATION ONLY. The SOW is a draft copy and was provided only to give potential offerors some information on the specific scope of work that may be required. However, NO clarifications or questions shall be answered during this phase of the procurement process, regarding the SOW. Clarification # 2 - Questions: As stated in the original synopsis, all questions related to this announcement must be submitted NO LATER than 10 days prior to date set for receipt of the SF-330s. The due date for all questions is today Friday, June 08, 2007 COB. No questions (other than questions to Clarification # 4 ? Executive Summary ? Disaster Area Representation) will be accepted beyond this date. Clarification # 3 - Submission of SF-330s ? Qualifications packages: All responsible and interested parties must submit a total of five (5) copies of their SF-330 to the address below, which must be received NO later than 3:00pm CST on June 18, 2007. The total length of each offeror?s SF-330 submission must NOT exceed 50 pages, EXCLUDING resumes and the separate Executive Summary ? Disaster Area Representation detailed in Clarification # 4. All packages submitted must be sent to the following address with the header, RFQ # HSFELA-07-R-0028. FEMA LA TRO LA Acquisitions Gulf Coast Recovery / Contracting Attn: RFQ # HSFELA-07-R-0028 415 North 15th Street Baton Rouge, LA 70802 Clarification # 4 ? Executive Summary - FAR 52.226-3 ? Disaster Area Representation - SET-ASIDE ? LA Businesses As stated above, this procurement is UNRESTRICTED to all qualified A&E firms residing or primarily doing business in the State of Louisiana, in accordance with the Stafford Act and FAR provisions 52.226-3, 52.226-4, and clause 52.226-5. In accordance with 52.226-3 ? Disaster Emergency Area Representation (August 2006), the Contracting Officer has decided that all firms who wish to be considered MUST submit a separate Executive Summary that affirms that they reside or primarily do business in the state of LA. In order to help determine whether each offeror meets the criteria of Residing or Primarily Doing Business, each offeror MUST include a brief narrative or response to each of the eight (8) factors listed in 52.226-3 below. The eight (8) factors are italicized and in bold. Questions pertaining to Clarification # 4 ONLY may be submitted to Adam Jones @ adam.w.jones@dhs.gov NO later than Tuesday, June 12, 2007 by 6:00pm CST. Note: Each offeror MUST submit information to demonstrate how their proposed business structure / organization meets the criteria defined under 52.226-3 below as Residing or Primarily Doing Business in LA. For instance, if the offer is from a joint venture or partnership, the offeror must demonstrate how the proposing entity meets the criteria of Residing or Primarily Doing Business. 52.226-3 Disaster or Emergency Area Representation (Aug 2006) (a) Set-aside area. The area covered in this contract is: the state of Louisiana. (b) Representations. The offeror represents as part of its offer that it ___ is, ___ is not a firm residing or primarily doing business in the designated area. (c) Factors to be considered in determining whether a firm resides or primarily does business in the designated area include? (1) Location(s) of the firm?s permanent office(s) and date any office in the designated area(s) was established; (2) Existing state licenses; (3) Record of past work in the designated area(s) (e.g., how much and for how long); (4) Contractual history the firm has had with subcontractors and/or suppliers in the designated area; (5) Percentage of the firm?s gross revenues attributable to work performed in the designated area; (6) Number of permanent employees the firm employs in the designated area; (7) Membership in local and state organizations in the designated area; and (8) Other evidence that establishes the firm resides or primarily does business in the designated area. Clarification # 5 ? Small Business Participation: This synopsis is UNRESTRICTED to all business residing or primarily doing business in the state of LA as defined above. This is NOT a Request for Proposal. However, if any Large business is preliminarily selected for negotiation during the source selection process, it will be required to submit and negotiate a detailed subcontracting plan that will outline the participation of small businesses and other sub-categories of small businesses, in accordance with FAR clause 52.219-9, Small Business Subcontracting Plan.
- Place of Performance
- Address: CITY OF NEW ORLEANS - NO SEWERAGE AND WATER BOARD, 625 Saint Joseph St, New Orleans, LA
- Zip Code: 70165
- Country: UNITED STATES
- Zip Code: 70165
- Record
- SN01313895-W 20070610/070608220850 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |