Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 27,1995 PSA#1291

Federal 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