|
COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1999 PSA#2399Contracting Officer, FEMA Region 10, Adminstrative Services Branch, 130
228th St, S.W., Bothell, WA 98021 C -- FLOOD INSURANCE RESTUDIES IN THE STATE OF OKLAHOMA -- RIVERINE
SOL FIS-2000-VI-RIV-OK DUE 091399 POC Bill Webb, Contracting Officer,
(425) 487-4769 E-MAIL: Click here to contact the Contracting Officer
via, bill.webb@fema.gov. The Federal Emergency Management Agency (FEMA)
intends to award one, five year, indefinite delivery, indefinite
quantity contract, starting in fiscal year (FY) 2000, subject to the
availability of funds, for Flood Insurance Restudies (RFISs) in Region
VI for communities subject to riverine flooding in the state of
Oklahoma. The selected firm will be required to provide the following
services: (1) determine the flood hazard areas in the assigned
communities; (2) develop flood elevation frequency data for the 10-,
50-, 100-, and 500-year return periods; (3) develop flood frequency
data for the 10-, 50-, 100-, and 500-year return periods; (4) 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, FEMA review contractors, and others, as required. Specific
project areas will be assigned by task order, after contract award and
the projectmust be completed as stipulated in the task order. Task
Orders may not exceed 12 months duration. The minimum estimated cost
for services is $30,000 for the life of the contract. The maximum
estimated cost for services is $3,000,000 for the life of the contract.
The locations of the FEMA Region VI office and the states that comprise
the region are: Region VI -- Denton, TX: Arkansas, Louisiana, New
Mexico, Oklahoma, and Texas. This procurement is classified under the
Standard Industrial Classification Code 8711, Other Engineering
Services. 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 offices 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 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. 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 page, using standard 10-point
type. Item 10 of the SF 255 shall be limited to one 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
accord 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. Selection will be based on the professional
qualifications necessary for satisfactory performance as demonstrated
by the following criteria and evaluation points. Evaluation factors and
evaluation points are: (1) Specialized experience of in-house staff in
hydrology. Note that subcontracting of hydrology is not allowed (15
points); (2) Specialized experience of in-house staff in open channel
hydraulics. Note that subcontracting of hydraulics is not allowed (15
points); (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 (12 points); (4) Demonstrated experience of
key personnel in working with the firm, in performing hydrologic
studies (10 points); (5)Demonstrated experience of key personnel in
working with the firm, in flood risk assessment and floodplain mapping
for riverine environs (8 points); (6) Specialized experience and/or
innovation of in-house staff in the areas of preparing digital files;
automated hydrology, hydraulics and floodplain delineation; and
application of Geographic Information Systems (GIS) technology in flood
insurance studies or related work of a similar magnitude and
complexity. (12 points); (7) Demonstrated experience of key personnel
in working with the firm, in preparing digital files and application of
Geographic Information Systems (GIS) technology in general projects and
the demonstrated experience of key personnel in the use of economical
innovative mapping procedures (7 points); (8) Past performance on flood
insurance studies or related work of asimilar 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 (7 points); (9) Capacity of the firm's office applying for
the work to meet the flood insurance study requirements within a
12-month period (7 points); (10) Geographical proximity of the firm's
home, regional, or branch offices where the work is to be performed to
the State (7 points). 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: FIS-2000-VI-RIV-OK,
Riverine Flood Insurance Restudies in the State of Oklahoma" 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 2000 work, regardless of prior
submissions, must furnish new forms marked as stated above in order to
be considered. FEMA encourages, to the maximum possible extent, the
subcontracting to small business concerns and disadvantaged business
concerns. All information requested in this announcement must be
received by no later than 3:00 PM local time on September 13, 1999. The
designated address and point of contact for receipt of submittals is
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
response submissions will not be considered except as noted in Federal
Acquisition Regulations (FAR), Part 14.304. Posted 07/28/99
(W-SN359836). (0209) Loren Data Corp. http://www.ld.com (SYN# 0022 19990730\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|