|
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 LOUISIANA --
COMBINATION SOL FIS-2000-VI-COMBO 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 contracts, starting in fiscal year (FY) 2000,
subject to the availability of funds, for Flood Insurance Restudies
(RFISs) in Region VI for communities subject to coastal and riverine
flooding in the state of Louisiana. The selected firm will be required
to provide the following services: (1) determine the flood hazard
areas in the assigned communities; (2) perform wave height and wave
runup analyses; (3) develop flood elevation frequency data for the 10-,
50-, 100-, and 500-year return periods 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; (5) identify the floodway for a 100-year flood
for riverine areas; (6) prepare draft reports and maps which outline
flood hazard areas and flood risk zones; and (7) 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 project must 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, Texas: 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 personnelin 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)
Specialized experience of in-house staff in oceanographical
engineering, and in the selection and use of related mathematical
models. Note that subcontracting of oceanographical engineering is not
allowed (15 points); (4) 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); (5)
Demonstrated experience of key personnel in working with the firm, in
performing hydrologic studies (10 points); (6) Demonstrated experience
of key personnel in working with the firm, in coastal engineering
works including, but not limited to, studies of beach erosion, tidal
propagation in bays, estuary and inlet hydraulic studies and shore
protection designs (10 points); (7)Demonstrated experience of key
personnel in working with the firm, in flood risk assessment and
floodplain mapping for riverine environs (8 points); (8) Demonstrated
experience of key personnel in working with the firm, in flood risk
assessment and floodplain mapping for coastal environs (8 points); (9)
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); (10) 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) (11) 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 (7
points); (12) Capacity of the firm's office applying for the work to
meet the flood insurance study requirements within a 12-month period (7
points); (13) 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-COMBO, Coastal and Riverine Flood
Insurance Restudies in the State of Louisiana" 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-SN359847). (0209) Loren Data Corp. http://www.ld.com (SYN# 0025 19990730\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|