SOURCES SOUGHT
C -- Tech Asst & Research - identify the causes and solutions for unacceptable property, economic and social losses that are the effects of property damages from natural, man-made and technological hazards
- Notice Date
- 1/20/2004
- Notice Type
- Sources Sought
- Contracting Office
- DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Flood, Fire and Mitigation Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
- ZIP Code
- 20472
- Solicitation Number
- Reference-Number-EMW-2004-TARC
- Response Due
- 3/5/2004
- Archive Date
- 3/5/2004
- Point of Contact
- Michelle Calhoun, Contract Specialist, Phone (202) 646-2999, Fax (202) 646-3846, - Chandra Lewis, Branch Chief, Phone (202) 646-3118, Fax (202) 646-3846,
- E-Mail Address
-
michelle.calhoun@dhs.gov, chandra.lewis@dhs.gov
- Description
- The Federal Emergency Management Agency (FEMA), now included within the Department of Homeland Security (DHS), Emergency Preparedness & Response (EPR) Directorate, hereinafter referred to as FEMA, requires technical services under the Brooks A-E Act as implemented in FAR Subpart 36.6 to identify the causes and solutions for unacceptable property, economic and social losses that are the effects of property damages from natural, man-made and technological hazards. These technical services must be performed under the supervision of a licensed architect or engineer. However, an interdisciplinary team is frequently required to address the engineering, architectural, economic, land management, planning, environmental and other issues associated with reducing the losses from all hazards. These services are to be delivered across the United States and its territories. These services will be delivered under the direction of FEMA?s Mitigation Division. Both FEMA HQ and FEMA?s Regional Offices will monitor specific tasks. All firms interested in applying for work are required to submit documentation specified in this synopsis under paragraph 5, SUBMISSION REQUIREMENTS. SFs 254 and 255, submitted in response to this synopsis will be used for screening firms preliminary to inviting submission of additional information. The North American Industrial Classification System Code is 541330. The small business size standard is $4 million (not-to-exceed). This announcement is open to all businesses regardless of size. If a large business is selected for contract award, it must comply with FAR 52.219-9, Small Business Subcontracting Plan. The Small Business Subcontracting Plan is not required with initial submittal, but will be required prior to contract award if a large business is selected for contract negotiations. The government intends to negotiate a Performance-Based contract, based upon the tasks identified under the Project Information section of this synopsis. Award of one contract is anticipated by June 2004 for a period of one (1) base year, plus four (4) 1-year options. PROJECT INFORMATION: Services incidental to the A-E effort are considered critical. The government requires a strong, dedicated, management team with knowledge and experience to meet or exceed performance-based expectations. Although engineering and architectural services are essential enablers to the success of the project, success under this contract requires other expertise in such areas as community and mitigation planning, technical writing and editing, effective communication skills, and building effective partnerships at all levels of government and with the private sector. Program management approaches must consider the current, disaster-driven, wide variation in needed resources as well as the regulatory framework and statutory authorities FEMA operates within. Three major OBJECTIVES of this Technical Assistance and Research Contract are: (1) Provide State-of-the-Art Technical Assistance and Research Support: Implement a Program Management Plan and Quality Assurance and Surveillance Plan that ensure that the highest quality technical services are provided. (2) Achieve Effective Program Management: Develop and provide a continually improving program management structure that that ensures that technical assistance and applied research activities called for under this contract are carried out in an effective, efficient and timely manner. (3) Build and Maintain Mutually Beneficial Partnerships: Foster mutually beneficial partnerships and improve the systems that support them to achieve a shared outcome by creating a sense of shared ownership between FEMA and its partners. Offerors shall be expected to provide expert engineering knowledge of the expected performance to the built environment from (1) Natural hazards that include floods, hurricanes and typhoons, earthquakes, and tsunamis; (2) Man-made hazards that include blast as well as chemical, biological and radiological weapons; and (3) Technological hazards, such as accidental chemical releases. This expert knowledge is needed for field investigations, research, and engineering analysis for two separate types of tasks. Both tasks, as described below, will normally involve a formal written report, booklet or manual to FEMA. These written documents are widely distributed and must undergo a stringent quality control process for both the engineering and the technical editing. The selected firm shall be required to execute two separate types of tasks of equal importance. During the 5-year period of this contract, FEMA expects to procure between $12 million to $20 million in services. The annual funding for services is expected to vary based on funding availability, disaster activity, and the need for post-disaster investigations. The two general types of tasks accomplished under this contract are: Task 1: Problem-focused studies Task 2: Post-disaster forensic engineering investigations. This contract will be awarded as a one-year contract with additional four option years that may be exercised on an annual basis Task 1: Problem-Focused Studies. This task will normally result in a report or publication as part of a continuing effort to reduce disaster losses. This type of task will normally involve a literature search, considerable research and the task is completed over a six-month or longer period. Publications are also produced that give specific advice to national audiences on natural hazard risks and how to design and plan to address these risks. The audience includes design professionals, building owners, public officials, the general public and others. In the future, FEMA expects to continue to reach different audiences with technical information through both printed material and information available on its website. Task 2: Post-Disaster Forensic Engineering Investigations. This task involves fielding a forensic engineering team of nationally recognized experts, local experts, FEMA personnel and State representatives to quickly identify the causes of disaster damages and recommend how these damages can be avoided in the future. These deployments are called Mitigation Assessment Team (MAT) deployments and replace the previous Building Performance Assessment Teams (BPATs). This task requires a high state of readiness that includes the capability to place a team in the field with 48 hours following the declaration of a disaster by the President. In the post-disaster investigation, the engineering, field visits and the reports must usually be completed within 6-8 months. Findings from these forensic engineering investigations normally include recommendations that are addressed to public officials, design professionals and others. These publications frequently affect reconstruction after a major disaster and can influence public policy on a national level. These reports are widely distributed and are subject to intense scrutiny. This task also includes annual funding for maintaining a database of national experts (MAT database), updating the FEMA MAT website, and otherwise maintaining readiness for MAT deployments. SELECTION CRITERIA: All submissions and information received from firms during the procurement process will be evaluated against the numbered evaluation factors below. The procurement process will consist of two phases: (1) a screening phase during which SFs 254 and 255, will be used to select at least three (3) of the most highly qualified firms for continued participation in the procurement process; and (2) a selection phase during which slated firms (selected during the screening phase) will be invited to submit additional information and make oral presentations regarding their concept for furnishing the required services. Additional information will consist of a comprehensive program management plan and a quality assurance and surveillance plan. The oral presentation is to be conducted by the proposed management team. Discussions will follow pursuant to FAR 36.602(3). During the first phase (or screening phase) the approaches for accomplishing factors 1(b) and 3 are to be visionary in nature, identifying the "general" direction or concept of proposed solutions, whereas, the approach for factors 1(b), and 3 that are submitted by the most highly qualified firms are to be "comprehensive" in nature and reflected in the comprehensive program management plan and a quality assurance and surveillance plan as required above. The weighting of each Factor is shown in parenthesis ( ) following the title of each Factor. Evaluation of each phase will be based on the following factors: (FACTOR 1) PROFESSIONAL QUALIFICATIONS (20 POINTS, Parts A and B each worth 10 points) (A) The contractor will need to provide skills in the following disciplines. These skills will normally be national experts or senior level. There will be an occasional need for first and mid-level skills. The number in parenthesis ( ) next to the skill indicates the estimated maximum number of personnel per skill that may be required at any one time. The expected national expert skill usage is estimated at 40 %, senior level 40%, mid level 10% and first level 10%. A national expert shall possess either a professional registration or a minimum of twelve (12) years experience in their field of expertise or a Bachelor of Science (BS) degree or equivalent and twelve (12) years of experience in their field of expertise. In edition they shall be influential in their field as indicated by publications in peer-reviewed technical journals and participation in committees and/or subcommittees of professional societies. A Senior Level professional shall possess either a professional registration and a minimum of twelve (12) years experience in their field of expertise or a Bachelor of Science (BS) degree or equivalent and twelve (12) years of experience in their field of expertise; A mid Level professional shall require a BS degree or equivalent and a minimum of five (5) years of experience in their field of expertise. A First Level professional shall require a BS degree or equivalent and a minimum of two (2) years of experience in their field of expertise. The skills are Archaeologist (1), Architect (7), Biologist (1), Building Code Specialists (2), Civil Engineer (10); Coastal Engineer (2); Chemical, Biological, Nuclear, Radiological, Explosives (CBNRE) expert (2); Computer application developer (1); Computer Website master (1); Computer database manager (1); Construction Estimator (4); Draftsman (2); Electrical Engineer, transmission and distribution, generation, building (2), Construction Inspector (4); Dam Engineer (2); Earthquake Engineer (5); Economist (1); Engineering Technician (2); Environmental Engineer (1); Environmental Planner (1); Facilitator (2); Financial Analyst (1); Flood Insurance Adjuster (3); Floodplain Management Specialist (2); Geologist (1); General Planner (1); Geographical Information Systems Specialist (3); Geotechnical Engineer (2); Graphic Artist (4); Hydrologist (2); Insurance Specialist (1); Mechanical Engineer (3); Principal (1); Program Manager (2); Real Property Appraiser (2); Sanitary Engineer (2); Security Analyst (2); Seismologist (2); Social Scientist (1); Statistician (2); Structural Engineer (15); Surveyor (6); Surveying Technician (6); Technical Writer (6); Urban Planner (4); Volcanologist (1); Wind Engineer (2), and Word Processor (3). (B) Capability and approach to developing a quality assurance and surveillance plan that reflects the performance standards and incentives of this synopsis. (The approach should address your concept for development of performance standards, acceptable levels of performance, surveillance methodology and incentives/disincentives.) (FACTOR 2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (20 POINTS.) In addition to having extensive knowledge of natural hazards protective design and construction practices in hazard-prone areas, the offeror must demonstrate successful corporate experience or experience which is similar to the following (tasks are listed in descending order of importance): a) Successful corporate experience in engineering, architecture, land-use planning and other disciplines related to hazard mitigation; b) Provide the necessary technical expertise of nationally recognized technical experts to evaluate buildings, structures and infrastructure damaged as a result of a disaster; c) Demonstrate ability to rapidly mobilize and deploy a hazard-specific and interdisciplinary team of engineers, planners, scientists and other professionals well versed in hazard mitigation principles and practices; d) Demonstrate strong project management skills to monitor and complete projects on schedule; e) Demonstrate forensic engineering capabilities related to investigating disaster-damaged buildings. This includes using visual inspection, photographs, calculations, testing, and other methods to clearly identify the cause of failure. f) Ability to identify and categorize the damage to disaster damaged buildings and other facilities on a wide geographic basis. This includes identifying field survey methods using aerial over-flights and other wide-area survey techniques. g) Capability to broadly research engineering, construction and land-use practices to determine current design and construction practices. h) Adequate resources to handle multiple disaster-related forensic engineering deployments without interfering with problem-focused hazard mitigation studies i) Knowledge of all areas in building construction, such as design, construction, building codes, inspection, maintenance, land-use planning and others that contribute to disaster-resistant buildings; j) Demonstrate an understanding of the roles of various groups involved in construction in hazard-prone areas (e.g., state and local building code and planning officials, builders, developers and property owners) and demonstrate an ability to relate the often-opposing concerns to pertinent mitigation issues, and k) Demonstrate the capability to produce technical documents for a broad range of audiences that is professional written, edited, and formatted and which extensively uses illustrations, figures, tables and photographs to communicate technical issues. (FACTOR 3) CAPACITY TO ACCOMPLISH WORK WITHIN REQUIRED TIME (20 POINTS.) Under Task 2, Post-disaster, forensic engineering investigations, the offeror must demonstrate the ability to deploy a team or group of teams after multiple disasters or disasters that impact large areas. These deployments will begin within 48 hours of notification and may require fielding up to 25 professionals from within the skills listed under Criteria (1), concurrently, for two months. Readiness for this deployment by maintaining an up-to-date roster of qualified contractor personnel as well as maintaining an up-to-date roster of national experts who can be deployed to the field. In support of Task 1, the offeror must demonstrate the capability to produce technical publications with established deadlines that are technically adequate, well edited and contain illustrative graphics. (FACTOR 4) PAST PERFORMANCE (15 POINTS.) Past performance on contracts with Government agencies and private industry in terms of cost control, quality work and compliance with performance schedules. Submittals must include references? names, affiliations and telephone numbers. The government reserves the right to use information outside of the response in evaluating past performance. (FACTOR 5) CAPACITY TO PRODUCE TECHNICAL REPORTS (15 POINTS.) The offeror shall demonstrate the ability to produce high-quality technical reports for technical audiences as well as for non-technical audiences that includes public officials and other decision-makers. This shall include producing reports (text, graphics, photographs and other materials) in an electronic format that meets Government Printing Office and Department of Homeland Security requirements. This also includes producing material in electronic format for placing on the FEMA website per DHS requirements. The offeror shall demonstrate an appropriate quality control process for both the technical contents as well as the editing of these technical reports. (FACTOR 6) GEOGRAPHIC LOCATION (10 POINTS.) In order to facilitate the management and minimize travel expenses, the offeror shall have an adequately staffed and equipped office located within the Washington, DC Metropolitan area. An adequately staffed office is defined as one that includes the project manager and is capable of performing satisfactorily the necessary operational and administrative tasks (task order assignment coordination, personnel, finance and accounting, logistics, communications, etc.) to sustain the contractor?s field representatives for the duration of the contract. SUBMISSION REQUIREMENTS The offeror shall provide copies of agreements that specify the terms of any prime/subcontractor relationships or joint venture arrangements. The evaluation and selection of firms will be in accordance with the procedures for acquisition of A&E services, set forth in Part 36 of the Federal Acquisition Regulations (FAR). Firms interested in performing this work are to submit: one (1) original and six (6) copies of their Standard Forms (SFs) 254 and 255 showing project experience and personnel who will perform the work. Offerors are forewarned that strict adherence to the submission instructions shall be enforced. Interested parties having the capabilities to perform this work must submit six copies of SF 255 (11/92 edition), and six copies of SF 254 (11/92 edition) for all major consultants/first tier subcontractors, to the above address not later than 4:00 p.m. on the response date indicated in this announcement. The SF 255 shall not exceed 50 pages (including subcontracts). Use no smaller than a standard 12 font type. A project-specific quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with initial submission. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed business team. Include an organization chart of the key personnel to be assigned to the project. Facsimile transmissions will not be accepted. Following the first phase (or screening phase) and prior to oral presentations, slated firms will be invited to submit comprehensive plans addressing all elements of their intended approach. Each of the slated firms will be afforded one hour for oral presentations. There is a 50-page limitation for additional information/comprehensive plans submitted during the second phase (or selection phase). This is not a request for proposal. 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 venture with the chief executive officer of each entity identified. Copies of agreements between firms participating in a prime/subcontractor relationship must also be included in the submittal. The joint venture and the prime/subcontractor documents will not be subject to the page limitation set forth for the SFs 254 and 255. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan, describing how it will manage their subcontractors and ensure quality control, will be required prior to award. All firms interested in applying for work must submit new SFs 254 and 255 regardless of prior submittal. Firms using subcontractors must submit separate SFs 254 and 255 for each subcontractor. To assure consideration, all information must be received by the Contracting Office (ATTENTION: Michelle Calhoun no later than 3:00 p.m. local time at FEMA, 500 C Street, SW, Room 350, Washington, DC 20472, submission will be subject to the provisions of Part 14.304 of the FAR.
- Record
- SN00506525-W 20040122/040120211544 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |