|
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 -- RIVERINE FLOOD INSURANCE RESTUDIES THROUGHOUT THE UNITED STATES
SOL RIV-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 for each of the packages
listed below, subject to the availability of funds, for Flood Insurance
Restudies (RFISs) located in communities subject to riverine flooding.
The selected firm will be required to provide the following services:
(1) develop flood elevation frequency profiles for 10-, 50-, 100-and
500-year floods; (2) identify the floodway for a 100-year flood; (3)
prepare draft reports and maps which outline flood hazard areas for
flood insurance risk zones; and (4) coordinate and consult with local
community officials, FEMA staff, 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 each study is estimated to range from
$100,000 to $500,000. The starting date for the RFISs is scheduled for
the second quarter of FY 1999 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 8711, Other Engineering Services. The following five packages are
"set-aside" for small business firms, provided a sufficient number of
qualified firms apply: (Package 1): Billerica, Town of (Middlesex Co.),
MA; (Package 2): Dansville, Village of (Livingston Co.), NY, and North
Dansville, Town of (Livingston Co.), NY; (Package 3): Black Brook,
Town of (Clinton Co.), NY; Plattsburg, Town of (Clinton Co.), NY;
Plattsburg, City of (Clinton Co.), NY and Saranac, Town of (Clinton
Co.), NY; (Package 4): Flagstaff, City of (Coconino Co.), AZ; (Package
9): Bossier Parish (Bossier Parish), LA. The fifteen non "set-aside"
packages include: (Package 5): Forsyth County (Forsyth Co.), GA;
(Package 6): Georgetown County (Georgetown Co.), SC; (Package 7):
Champaign County (Champaign Co.), IL; (Package 8): Fond du Lac County
(Fond du Lac Co.), WI; (Package 10): Santa Fe County (SantaFe Co.), NM;
(Package 11): Cedar Falls, City of (Black Hawk Co.), IA; Elk Run
Heights, City of (Black Hawk Co.) IA; Hudson, City of (Black Hawk Co.),
IA; La Porte City, City of (Black Hawk Co.), IA; Waterloo, City of
(Black Hawk Co.), IA; and Black Hawk County (Black Hawk Co.), IA;
(Package 12): Blue Springs, City of (Jackson Co.), MO; Grain Valley,
City of (Jackson Co.), MO; Lee's Summit, City of (Jackson Co.), MO; Oak
Grove, City of (Jackson Co.), MO; and Jackson County (Jackson Co.), MO;
(Package 13): Eureka, City of (St. Louis Co.),MO and University City,
City of (St. Louis Co.), MO; (Package 14): Summit County (Summit Co.),
UT; (Package 15): Streamboat Springs, Town of (Routt Co.),CO and Routt
County (Routt Co.), CO; (Package 16): Weber County (Weber Co.), UT;
(Package 17): Plumas County (Plumas Co.), CA. FEMA intends to award a
contract in FY 99 for: (Package 18): Tunica County (Tunica Co.), MS,
with an option year for FY 2000 for Warren County (Warren Co.), MS, and
an option year for FY 2001 for Hinds County (Hinds Co.), MS; (Package
19): Woodford County (Woodford Co.), KY, with an option year for FY
2000 for Boone County (Boone Co.), KY, and an option year for FY 2001
for Kenton County (Kenton Co.), KY. FEMA also intends to award a
contract in FY 99 which will have specific project areas assigned by
task letter after contract award; these projects must be completed in
accordance with the requirements of the task letter and contract:
(Package 20): Texas. The following information pertains to all portions
of this ad. The anticipated contract type will be cost reimbursable
plus fixed fee, except for package 20 which will be cost-plus-fixed-fee
indefinite quantity. Only firms havingan 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 inthat office who would be assigned to perform
the work. This is not a requestfor 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 indicate the 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 255 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 package 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=2EC. #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
eleven 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) specialized experience of
in-house staff in hydrology. Note that subcontracting of hydrology is
not allowed. (Max. pts. 15); (2) specialized experience of in-house
staff in open channel hydraulics. Note that subcontracting of
hydraulics is not allowed. (Max. pts. 15); (3) demonstrated experience
of key personnel in working with the firm in performing studies for
water supply and drainage design; and in hydraulic modeling of flood
control works, reservoir planning and open channel hydraulics. (Max.
pts. 12); (4) demonstrated experience of key personnel in working with
the firm in performing hydrologic studies (Max. pts. 10); (5)
demonstrated experience of key personnel in working with the firm in
flood risk assessment and floodplain mapping for riverine environs.
(Max. pts. 8); (6) specialized experience of in-house staff in managing
and performing digital terrain models and application of Geographic
Information Systems (GIS) technology in flood insurance studies or
related work of a similar magnitude and complexity (Max. pts.10); (7)
demonstrated experience of key personnel 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 ofeconomical innovative mapping procedures. (Max.
pts. 8); (8) 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 industryin terms of cost
control, quality of work, and compliance with performance schedules
(Max. pts. 7); (9) capacity of the firm's office applying for the work
to meet the riverine RFIS requirements within a twelve month period
(Max. pts 5); (10) The experience of the firm in working with municipal
governmental authorities. (Max. pts. 5); (11) Geographical proximity of
the firm's home, regional, or branch offices where the work is to be
performed to the area to be studied or, if no area is specified, to the
Regional Office. (Max pts. 5)=2E 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"=2E 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 withthe 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: RIV-99, Riverine
Flood Insurance Restudies Throughout the United States" and the
package number and communities 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 1999 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
riverine restudies to be initiatedin FY 1999. 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 Packages 1, 2, 3, 5, 6, 18 and 19 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 Packages 7, 8, 9, 10, 11, 12, 13 and 20 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 Packages 4, 14, 15, 16 and 17 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# 0040 19980421\C-0021.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|