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