|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,1998 PSA#2078Federal Emergency Management Agency; Acquisition Operations Division;
Flood, Fire & Mitigation Branch; 500 C Street, S.W., Room 350;
Washington, DC 20472 C -- LIMITED UPDATES OF FLOOD STUDIES THROUGHOUT THE UNITED STATES SOL
LIM-99 DUE 052098 POC Point of Contact: Virna L. Evans, Contract
Specialist 202/646-7591; Chandra G. Lewis, Contracting Officer
202/646-3118 E-MAIL: Click here to contact FEMA Point of Contact via
email, virna.evans@fema.gov. The Federal Emergency Management Agency
(FEMA) intends to award a contract in FY 99 to several engineering
firms, subject to the availability of funds, for limited updates of
flood insurance studies for communities subject to riverine flooding.
The contracts will be for one year starting in FY 1999 with options for
FY 2000 and FY 2001. The selected firms will be expected to perform
hydrologic and hydraulic analyses to develop and/or revise flood
elevation frequency profiles and floodways along streams in various
communities throughout the United States; prepare work maps which
outline flood hazard areas for flood insurance risk zones; and,
coordinate and consult with local community officials, FEMA staff, FEMA
review contractors, and others as required. Specific project areas will
be assigned by task letter after contract award and the project must be
completed as stipulated in the task letter. Projects may not exceed 12
months duration. Contracts will be awarded in nine of the ten FEMA
regions. It is anticipated that the value of the contracts will range
from $30,000 to $300,000 each year depending on the region and
available funding each year. The locations of the FEMA regional offices
and the states that comprise each region where firms are to be used
are: Region I FB Boston, Massachusetts: Connecticut, Maine,
Massachusetts, New Hampshire, Rhode Island, and Vermont; Region II FB
New York, New York: New Jersey, New York, Puerto Rico, and Virgin
Islands; Region III FB Philadelphia, Pennsylvania: Delaware, District
of Columbia, Maryland, Pennsylvania, Virginia and West Virginia; Region
IV FB Atlanta, Georgia: Alabama, Florida, Georgia, Kentucky,
Mississippi, North Carolina, South Carolina, and Tennessee; Region VI
FB Denton, Texas: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas;
Region VII FB Kansas City, Missouri: Iowa, Kansas, Missouri, and
Nebraska; Region VIII FB Denver, Colorado: Colorado, Montana, North
Dakota, South Dakota, Utah and Wyoming; Region IX FB San Francisco,
California: Arizona, California, Hawaii, Nevada, Guam, American Samona,
and Mariana Islands; Region X FB Bothell, Washington: Alaska, Idaho,
Oregon, and Washington. 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 2E This
procurement is classified under the Standard Industrial Classification
Code 8711, Other Engineering Services. Contracts in the following
eight FEMA regions are "set-aside" for small business firms provided a
sufficient number of qualified firms apply: Region I; Region II;
Region III; Region IV; Region VI; Region VIII; Region IX; and Region X.
The one non "set-aside" contract is: Region VII. The anticipated
contract type will be cost-pluus-fixed-fee indefinite quantity. 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 two (2) copies of 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 desired. 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 indicatethe
percentage and type of work that will be performed by each
participating firm. If the firm is a joint venture, specific attention
is required to assure that ITEM FIVE is completed in full for the
joint venture to be considered. Only one SF 25 5 shall be submitted for
joint ventures. ONLY USE STANDARD PAGES OF THE SF E1254 AND 255 (Rev.
11/92) prescribed by GSA. Offerors shall submit two (2) copies of the
SF 254 and 255 for each region that is being applied for, in order to
be considered. No more than ten brief resumes may be submitted as part
of item 7 of the SF 255, and each resume shall be contained on one
single-sided page, using standard 10-point type size. Item 10 of the SF
255 shall be limited to one single-sided page, also using standard
10-point type. 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 accordance
with FAR Section 36.602-1, Selection Criteria. If a 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 seven factors will be used in the selection of the firms
(In scoring these factors, the Government will also evaluate the
demonstrated experience of the key personnel in performing the related
work, where applicable, while employed by the firm): (1) demonstrated
experience with current in-house staff in flood insurance studies or
revisions, floodplain information studies, flood hazard studies,
floodplain management studies, or related type studies. (Max. pts. 18);
(2) specialized experience of in-house staff in flood hydrology and
open channel hydraulics. Note that subcontracting of hydrology and
hydraulics is not allowed. (Max. pts. 18); (3) experience in the study
area (region) FB flood insurance studies or similar work in the region
completed in the last 3 years. (Max. pts. 18); (4); past performance on
flood insurance studies or related work of a similar magnitude and
complexity in risk assessment/floodplain 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. 18); (5) demonstrated experience of
current in-house staff in working with the firm, in managing and
performing digital terrain models and application of Geographic
Information Systems (GIS) technology in general projects. The
Government will also evaluate the demonstrated experience of key
personnel in the use of economical innovative mapping procedures. (Max.
pts. 10); (6) geographical proximity of the firm's home, regional, or
branch offices with staff and capacity to meet project requirements to
the FEMA regional office. (Max pts. 9); and (7) the experience of the
firm in working with local government authorities. (Max. pts. 9).
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" responses, a final evaluation and selection of the
most qualified firm will be made. A proposal will be requested, and
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: LIM-99, Limited Updates of Flood Studies Throughout the United
States" and include the Region in which the 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 99 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 limited
updates to be initiated in FY 99. FEMA encourages, to the maximum
practicable extent, the subcontracting to small business concerns and
disadvantaged business concerns. All information requested by this
announcement must be received by no later than 3:00 PM local time on
May 20, 1998. The designated address and point of contact for receipt
of submittals for Regions I, II, III and IV is the following address,
Federal Emergency Management Agency Region IV, 3003 Chamblee Tucker
Road, Atlanta, GA 30341, ATTENTION: Helen Housand, Room 146. The
designated address and point of contact for receipt of submittals for
Regions VI and VII is the following address, Federal Emergency
Management Agency Region VII, 2323 Grand Blvd, Suite 900, Kansas City,
MO 64108-2670, ATTENTION: Trisha VanBleisem. The designated address
and point of contact for receipt of submittals for Regions VIII, IX,
and X is the following address, Federal Emergency Management Agency
Region X, 130 228th Street, SW, Bothell, WA 98021-9796, ATTENTION: Bill
Webb. Firms submitting responses must allow several extra days for mail
handling because late responses submissions will not be considered
except as noted in Federal Acquisition Regulations (FAR), Part 14.304.
(0107) Loren Data Corp. http://www.ld.com (SYN# 0039 19980421\C-0020.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|