Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2007 FBO #2026
MODIFICATION

C -- INFRASTRUCTURE ASSESSMENT AND COST ESTIMATING CONTRACT

Notice Date
6/12/2007
 
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 # 3 - FEMA?s responses to Questions submitted in accordance with synopsis: FEMA?s responses to Questions submitted on synopsis: Question 1: Are there subcontracting opportunities in this presolicitation? Answer 1: Subcontracting opportunities are the business decision of the prime contractor. Question 2: Is there a participation requirement for Minority, Disadvantaged, or Small Business Enterprises? Answer 2: There is no participation requirement for Minority, Disadvantaged, or Small Business listed as an evaluation factor in the synopsis. 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 preliminary 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. Additionally, read Clarification # 6 above as small business participation is a secondary factor under Evaluation Critieria. Question 3: If a firm is on the selected team (as prime or subcontractor) for this project, will the firm be prohibited from performing future work on the New Orleans sewer, water or drainage systems, whether issued by FEMA or the Sewerage and Water Board? Answer 3: FEMA can only answer questions relevant specifically to the RFQ / synopsis that FEMA is currently advertising. FEMA cannot render an opinion based on speculation. Question 4: Paragraph (1.) G. of the Evaluation and Selection Criteria listed in the Synopsis indicates a fifty (50) page limitation (excluding resumes) on the submittal. Is this requirement for Paragraph (1.) of the Evaluation and Selection Criteria (Professional Qualifications) or is the 50 page limitation for the entire proposal package? Answer 4: The total length of each offeror?s package or SF-330 submission shall NOT exceed 50 pages, EXCLUDING resumes and the separate Executive Summary ? Disaster Area Representation detailed in Clarification # 4, Amendment # 1 to the synopsis. Any pages beyond the limitation will NOT be considered for evaluation purposes. Question 5: Will a pre-proposal meeting be held? Answer 5: NO, a pre-proposal conference will not be held as this is not a (RFP) Request for Proposal. Question 6: Is only Orleans parish included in the engineering study and assessment area? Answer 6: Yes, however, it is SET-ASIDE to ALL LA FIRMS primarily doing business in LA in accordance with FAR clauses 52.226-3 & 52.226-5. Each firm will have to represent and demonstrate that each is / is not residing or primarily doing business in LA by providing response to each of the criteria in 52.226-3. An amendment to the synopsis has been issued and is currently advertised on http://www.fedbizopps.gov/ to clarify the set-aside and the specific information that must be provided by each offeror. Question 7: Is it FEMA?s intent to re-advertise the conceptual and/or preliminary design for essential repairs to return the infrastructure to its pre-disaster state? Answer 7: No, it is not. This advertisement shall cover all potential work related to the scope of work attached. It is the intent for the successful offeror to complete all work related to the scope of work attached. However, the scope of work attached contains many options that may or may not be exercised by FEMA. Additionally, the scope of work does not cover any conceptual and/or preliminary design work. It only includes the assessment and cost estimates. Question 8: What is the compensation range for the study? Will it be negotiated as a lump sum or cost plus? Answer 8: The government?s intention is for the contract to be negotiated as a lump sum ? firm fixed price contract. The total magnitude of this project, including options, is between $1,000,000 ($1Million) and $5,000,000 ($5 Million) ? See Clarification # 7 above. Question 9: The "Evaluation and Selection Criteria" section of the solicitation states that the evaluation will be performed by "a government board". Who will be the individuals on this government board? Answer 9: The Board?s composition will not be divulged, in order to maintain the objectivity of the Source Selection Process. Question 10: Under the "Evaluation and Selection Criteria" section of the solicitation, Section (1.)C. of the selection criteria requests information on experience on water/wastewater projects. Will experience on storm drainage projects also be required? Answer 10: Please see Item 2C ? Storm Water Drainage - under the Evaluation and Selection Criteria section, Specialized Experience, of the synopsis posted on May 17, 2007. Question 11: In the "Qualifications packages" paragraph, the number of copies of the SF 330 is not specified. How many copies are to be delivered for this submittal? Answer 11: Five (5) copies of the SF 330 must be submitted. See Clarification # 4 in Amendment # 1 to the synopsis. Questions 12 ? 15: Q12: What evaluations are available for post-Katrina utility conditions? Q13: What information is available for pre and post-Katrina potable water system conditions? Are leak surveys available? Q14: What information is available for pre and post-Katrina storm sewer system conditions? Q15: How will on-going Corps of Engineers? canal and pump station construction be factored in to this project? Answers to Questions 12 ? 15: The purpose of the requirement that is being competed is to provide an assessment of the condition of the City of New Orleans? sewage, water and drainage systems and how much of the current condition or deterioration of those systems is attributable to hurricane Katrina. It is FEMA?s understanding that relevant maintenance and status reports, assessments and surveys have been issued or conducted by the City of New Orleans and reported to the State of Louisiana, and to federal agencies, such as the US Army Corps of Engineers (USCOE) or the Environmental Protection Agency (EPA) during the last decades. The State of Louisiana and several federal agencies (such as the Department of Interior, the USCOE and the EPA) may have also initiated their own relevant reports. Such activities by federal state and local governments continue to take place. It will be incumbent upon the successful A&E firm chosen for this procurement to research any and all existing information that is available, so as to successfully meet the objectives of the contract. Question 16: Does the 50-page limit for the SF 330 submittal include the required SF 330 Part II forms? Answer 16: Yes, See Clarification # 3, Submission of SF 330s ? Qualification packages, in Amendment #1 to the synopsis.
 
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
 
Record
SN01316341-W 20070614/070612220433 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.