Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1995 PSA#1292

Federal Emergency Management Agency Acquisition Services Division 500 C Street, SW, Room 350 Washington, DC 20472

C -- C--FLOOD INSURANCE RESTUDIES IN THE STATES OF FLORIDA AND ALABAMA FOR FY96 POC William Roberson, Contract Specialist 202/646-3622 Patricia A. English, Contracting Officer 202/646-4257 FLOOD INSURANCE RESTUDIES In THE STATES OF FLORIDA AND ALABAMA FOR FY 96 SOL COMB 96 DUE 04/14/95 POC Patricia A. English (202) 646-4257. The Federal Emergency Management Agency (FEMA) intends to award a contract in FY 96 for each of the packages listed below, subject to the availability of funds, for Flood Insurance Restudies (RFISs) located in communities subject to coastal and riverine flooding. The selected firm will be required to provide 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) develop flood frequency data for the 10, 50, 100, and 500 year return periods and 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, and FEMA review contractors, and others, as required. The communities 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 not to exceed $475,000. The starting date for the studies is scheduled for the second quarter of FY 96 and is estimated to take 12 months to complete. FEMA intends to utilize ''set aside'' procedures, where applicable, to contract with qualified small business firms. To be considered eligible for ''set aside'' procedures, such A&E firms must clearly indicate on their SF 255: (1) appropriate certifications as small businesses (self certification), and (2) annual average gross revenue for the last three fiscal years which must be less than or equal to $2.5 million. If an insufficient number of firms respond or an insufficient number is determined to be qualified utilizing the ''set aside'' procedures, large firms will also be considered. This procurement is classified under the Standard Industrial Classification Code, SIC 8711, Other Engineering Services. The communities to be studied include: (Package 1): Baldwin County, (Baldwin Co.), AL, and (Package 2): Martin County, (Martin Co.), FL. 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 urged 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. Submission under this notice is requested only from those firms having the capability to perform coastal and riverine flood studies as described herein. 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 SF 255 (Rev. 11-92) Prescribed by GSA. 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. ated experience in predictions or numerical simulations of tides, waves and strated 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 fourteen factors will be used in the selection of the firms: (1) demonstrated experience and professional qualifications of firm and key personnel in performing studies for water supply, irrigation, and drainage design; and in hydraulic modeling of flood control works, reservoir planning, bridge design, and open channel hydraulics, etc. Note that subcontracting of hydraulics is not allowed. (Max. pts. 10); (2) specialized in house experienced staff in hydrology. Note that subcontracting of hydrology is not allowed. (Max. pts. 10); (3) specialized in house experienced staff in open channel hydraulics. (Max. pts. 10); (4) demonstrated ability and experience in applying storm surge models to simulate storm surge in coastal areas (Max. pts. 10); (5) demonstrated experience in predictions or numerical simulations of tides, waves and tsunamis (Max. pts. 10); (6) 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, etc. (Max. pts. 10); (7) specialized experience in oceanographical engineering, hydraulics, hydrology, civil engineering and in mathematical modeling (Max. pts. 7); (8) specialized experience and technical competence of firm and key personnel in flood risk assessment and flood plain mapping for coastal and riverine environs (Max. pts. 7); (9) in house staff experience in managing map digitizing and application of Geographic information Systems (GIS) technology (Max. pts. 7); (10) past performance on flood insurance studies or similar work in flood risk assessment/flood plain 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 (Max. pts. 5), (11) capacity of the firm's office applying for work to meet the flood insurance study requirements within a 12 month period (Max. pts. 5); (12) firm's performance in and familiarity with the study communities or areas (Max. pts. 3); (13) geographical 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 Region (Region IV: AL, FL, GA, KY, MS, NC, SC, TN) where RFISs have been identified, (d) out of state large business firms within Region, and (e) all others. (Max. pts. 3); (14) experience of firm in working with local governmental authorities (Max. pts. 3). 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'' 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, and will proceed until an award is made or all the firms have been rejected. Responses shall reference ''Synopsis Number: COMB 96, Flood Insurance Restudies for FY 96'' and the package number and communities where work is to be performed on the face of both the SFs 254 and 255 as well the outside of the envelope. All firms interested in the FY 96 work, regardless of prior submissions, must furnish new forms marked as above in order to be considered. No other announcement is anticipated solely for the combination of coastal and riverine 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. (0055)

Loren Data Corp. http://www.ld.com (SYN# 0011 19950227\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page