|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291Federal Emergency Management Agency Acquisition Services Division 500
C Street, SW, Room 350 Washington, DC 20472 C -- C--COASTAL FLOOD INSURANCE RESTUDIES POC William Roberson,
Contract Specialist 202/646-3622 Patricia A. English, Contracting
Officer 202/646-4257 COASTAL FLOOD INSURANCE RESTUDIES SYNOPSIS CSTL-96
Due 04/14/95 POC Patricia A. English (202) 646-4257. The Federal
Emergency Management Agency (FEMA) intends to award one contract in
FY96, subject to the availability of funds, for Flood Insurance
Restudies (RFISs) located in communities subject to coastal flooding.
The selected firm will be required to perform the following services:
(1) determine the flood hazard areas in the assigned community; (2)
perform wave height and wave runup analyses; (3) develop flood
elevation frequency data for the 10, 50, 100, and 500 year return
periods resulting from combined storm surges and wave action including
open coast and inland areas flooded inland through overland or natural
and artificial waterways; (4) prepare reports and flood maps which
outline flood hazard areas and flood risk zones; (5) coordinate and
consult with Federal and State agencies and local community officials,
FEMA staff, and FEMA review contractors, and others, as required. The
community will be studied in varying degrees of engineering detail
depending upon the amount of floodplain development occurring. The cost
to perform these studies is estimated to range from $75,000 to
$250,000. The starting date for the restudies is scheduled for the
second quarter of FY 96 and is estimated to take 12 months to complete.
The community to be studied is: Plymouth, Town of (Plymouth Co.), MA.
This work is not set aside. The anticipated contract type will be cost
reimbursable plus fixed fee. Only firms having an accounting system
meeting the Defense Contract Audit Agency (DCAA) standards for cost
reimbursable contracts will be given consideration for contract award.
Firms interested in being considered to perform this work are required
to submit 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 available. 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. Specific attention is
required to assure that ITEM FIVE of the SF-255 is completed in full
for the firm to be considered. Only one SF-255 shall be submitted for
joint ventures. ONLY USE STANDARD PAGES OF THE SF 254 AND 255 (Rev.
11/92) Prescribed by GSA. All other materials 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 subpart 4436.6. Selection criteria
will be in accord with FAR Section 36.602-1, Selection Criteria. If
your 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. The following eleven factors will be used
in the selection of the firms: (1) demonstrated ability and experience
in applying storm surge models to simulate storm surge in coastal
areas (Max. pts. 14); (2) demonstrated experience in predictions or
numerical simulations of tides, waves and tsunamis (Max. pts. 14); (3)
experience in coastal engineering works (other than listed below),
such as studies of beach erosion, tidal propagation in bays, estuary
and inlet hydraulic studies and shore protection designs (Max. pts.
14); (4) specialized experience in coastal flood plain information
studies and flood plain management studies (Max. pts. 10); (5)
specialized experience in oceanographical engineering, hydraulics,
hydrology, civil engineering and in mathematical modeling. Note that
subcontracting of hydrology and hydraulics is not allowed. (Max. pts.
9); (6) in house staff experience in managing map digitizing and
application of Geographic Information Systems (GIS) technology (Max.
pts. 9); (7) past performance on flood insurance studies or similar
work in flood risk assessment/flood plain information studies with
Government agencies and private industry in terms of cost control
quality of work, and compliance with performance schedules (Max. pts
8); (8) capacity of the firm's office applying for work to meet the
coastal RFIS requirements within a twelve month period (Max. pts 7);
(9) firm's performance in and familiarity with the study communities or
areas (Max. pts. 5); (10) the geographic proximity of the firm's
home/regional/branch offices where work is to be performed to area to
be studied. The order of preference shall be: (a) in state small
business firms, (b) in state large business firms, (c) out of state
small business firms located within the Region (CT, MA, ME, NH, and RI)
where project(s) have been identified, (d) out of state large business
firms within Region, and (e) all others. An ''in state firm'' is one
that is located within the same state as the project(s) listed above.
(Max. pts 5); and (11) experience of firm in working with local
governmental authorities (Max. pts. 5). 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 chosen 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'' response
a final evaluation and selection of the most qualified firm will be
made. Cost negotiations will be conducted beginning with the most
preferred firm in the final selection, until an award is made or all
the firms have been rejected. Responses shall reference ''Synopsis
Number: CSTL-96, Coastal Flood Restudies for FY 96'' and the community
where work is to be performed 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 96 work, regardless of prior submissions, must furnish new forms
marked as stated above in order to be considered. No other announcement
is anticipated solely for coastal restudies to be initiated in FY 96.
FEMA encourages, to the maximum practicable extent, the subcontracting
to small concerns and disadvantaged business concerns. All information
requested by this announcement must be received by the Contracting
Officer no later than 4:00 pm local time in Room 350 on April 14, 1995,
at the following address, Federal Emergency Management Agency, 500 C
Street, SW, Washington, DC 20472, ATTENTION: William Roberson, Room
350. Firms submitting responses must allow several extra days for mail
handling because late submissions will not be considered except as
noted in Federal Acquisition Regulations (FAR), Part 14.304. (0054) Loren Data Corp. http://www.ld.com (SYN# 0015 19950224\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|