|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1999 PSA#2370Contracting Officer, FEMA Region 10, Adminstrative Services Branch, 130
228th St, S.W., Bothell, WA 98021 C -- FLOOD INSURANCE RESTUDIES THROUGHOUT REGION IX SOL
EMW-1999-RP-0058 DUE 080299 POC Bill Webb, Contracting Officer, (425)
487-4769 E-MAIL: click here to contact the contracting officer via,
bill.web@fema.gov. The Federal Emergency Management Agency (FEMA)
intends to award up to three, 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 IX for communities subject to riverine flooding. 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 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 $600,000 for the life of the contract. The locations of the
FEMA Region IX office and the states that comprise the region are:
Region IX -- San Francisco, California: Arizona, California, Hawaii,
Nevada, Guam, American Samoa, and Mariana Islands. 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
firmswill also be considered. 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 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 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
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. 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 of
in-house staff in preparing digital files andapplication of Geographic
Information Systems (GIS) technology in flood insurance studies or
related work of a similar magnitude and complexity (7 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 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); (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) The experience of the firm in working with municipal
governmental authorities (5 points), (11) Geographical proximity of the
firm's home, regional, or branch offices where the work is to be
performed to the Regional Office (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:
EMW-1999-RP-0058, Flood Insurance Restudies Throughout Region IX" 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 August 2, 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 06/16/99
(W-SN343486). (0167) Loren Data Corp. http://www.ld.com (SYN# 0022 19990618\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|