COMMERCE BUSINESS DAILY ISSUE OF MARCH 27, 2001 PSA #2816
SOLICITATIONS
C -- RIVERINE/COASTAL FLOOD INSURANCE STUDIES THROUGHOUT REGION V & REGION VII
- Notice Date
- March 23, 2001
- Contracting Office
- FEMA Region 5, Administrative Services Branch, 175 West Jackson, 4th Floor, Chicago, Illinois 60604-2698
- ZIP Code
- 60604-2698
- Solicitation Number
- RV-RVII-2001
- Response Due
- April 26, 2001
- Point of Contact
- POC: Region V: Catherine Mc Namara, 312-408-5513 & Region VII: Larry Larson, 816-283-7067
- E-Mail Address
- 671801 (larry.larson@fema.gov)
- Description
- DESC: The Federal Emergency Management Agency (FEMA) intends to award one (1) or more multi-year contracts for Region V and Region VII in FY 2001, subject to the availability of funds, for services associated with National Flood Insurance Program map products. These services will include the conduct of Flood Insurance Studies/Restudies (FIS), disaster recovery maps and technical assistance related to joint mapping activities initiated under the Cooperating Technical Partner initiatives. Task Orders will be awarded for communities subject to riverine and/or coastal flooding in Region V (Illinois, Indiana, Ohio, Michigan, Minnesota, Wisconsin and Region VII (Iowa, Kansas, Missouri, Nebraska). The following are the packages for which you may apply: (Package 1) All Region V States; (Package 2) All Region VII States. All contracts are to be capped at $5,000,000 over the life of the contract, which is one (1) base year with 4 option years. The minimum amount will be $1000. The selected firm(s) may be assigned specific States within the primary geographic area. The selected firm(s) may be required to provide all or some of the following services: (1) Collect and enter map needs assessment parameters into national database; (2) Conduct reconnaissance of study area to determine/verify actual field conditions and generate data for studies/restudies, including field survey and the production of topographic map data by aerial procedures where necessary; (3) Conduct hydrologic and hydraulic modeling for risk assessment purposes, which could include the use of automated procedures and geo-referenced database applications; (4) Produce flood insurance study including NFIP maps suitable for publication in accordance with FEMA guidelines; (5) Prepare study background material for archiving; (6) Coordinate final documents with Mapping Coordination Contractor (MCC) and assist in responding to comments and appeals received in the MCC-administered public review process; (7) Deliver services to review, revise and/or supplement Cooperative Technical Partners (CTP) products, and flood study data developed by federal or state agencies; (8) Provide disaster recovery maps in a timely manner that could include the use of automated procedures and geo-referenced database applications; and (9) Attend meetings in various communities and/or FEMA facilities. Generally, assignments initiated under these task orders will be completed within a 12-month period. This procurement is an unrestricted competition, and is classified under the North American Industry Classification System (NAICS) Code 541310. The following information pertains to all of the above packages. The anticipated contract type will be Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price. It will have one (1) base year and four (4) option years. Only Firms who have an accounting system meeting the Defense Contract audit Agency (DCAA) standards will be given consideration for contract award. Any Architect and Engineer firms interested in being considered to perform this work must submit a Standard Form (SF) 254 and SF 255 for the prime firm and all consultants within the Region for which you are applying, showing project experience, 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 venture agreement signed by an authorized officer of each entity identified and must list the percentage and type of work that will be performed by each participating firm and state that this is a joint venture. Item Five of the SF 255 must be completed in full for the venture to be considered. Only one (1) SF 255 shall be submitted for joint ventures. USE STANDARD PAGES OF THE SF 254 and 255 (Rev. 11/92) prescribed. Offerors shall submit one (1) copy of the SF 254 and 255 for each package that is applied for, in order to be considered. No more than ten (10) brief resumes shall be submitted as part of item 7 of the SF 255; each resume shall not exceed one page single sided in length using standard 10-point type size. Item 10 of the SF 255 shall be limited to one (1) single sided page, also using standard 10-point type size. 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 USC #5 (1988) as amended) and the FEMA Acquisition Regulations Subpart 4436.9 "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 abilities and experience, show project experience for each specific office and list the personnel in the office who would be assigned to perform the work. The following nine factors will be used in the selection of the firms: (1) Specialized in-house experience in the application of Geographic Information Systems (GIS) technology, including automated hydrologic and hydraulic applications, in flood insurance Studies/Restudies (20 points); (2) Specialized experience of key personnel in hydrology and open channel hydraulics for purposes of flood risk assessment and floodplain maps (20 points); (3) Experience in development and use of the digital terrain models and databases used for managing spatial data (15 points); (4) Demonstrated experience of the firm in the application of Geographic Information Systems (GIS) technology in civil engineering applications (10 points);(5) Capacity of the firm's office to initiate disaster recovery map activities within two weeks notice (10 points); (6) Demonstrated experience of the firm and key personnel in performing studies/restudies for studies/restudies for bridge and drainage design, and in hydraulic modeling of flood control works, reservoir planning and open channel hydraulics (10 points); (7) Past performance of firm on flood insurance studies/restudies or related work of a similar magnitude and complexity in risk assessment/flood plain information studies/restudies in the past five years with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (5 points); (8) Experience of firm in working with state and local governmental authorities in technical consultation in risk assessment studies/restudies (5 points); and (9) Geographical proximity of the firm's home/regional branch offices where work is to be performed relative to the primary geographic area. Distribution of points will be based on the proximity of this office to the state or states identified as primary geographic area (5 points). Following an in-depth evaluation of the qualification 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". Firms on the "short list" will receive a facsimile notice of their selection and will be given written questions to be answered orally over the telephone (conference call) within approximately twenty four (24) hours of notification. Upon receipt of the "short list" responses a final evaluation and selection of the most qualified firm(s), for each procurement, will be made. A proposal will be requested, and negotiations will be conducted beginning with the most preferred firm(s) in the selection, and will proceed until an award or awards are made or all of the short-listed firms have been rejected. Responses shall reference "Synopsis Number RV-RVII-2001, Riverine Studies/Restudies for FY 2001" and the package number of the region where the 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 2001 work, regardless of prior submissions, shall furnish new forms as indicated above in order to be considered. No other announcement is anticipated solely for riverine/coastal studies/restudies in Region V and Region VII to be in FY 2001. 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 the Contacting Officer no later than 3:00PM local time in the Contracting Office on April 23, 2001 at the following address: Federal Emergency Management Agency, 536 South Clark St., 5th Floor, Chicago, IL 60605-1509, ATTENTION: Catherine E. Mc Namara, Contracting Officer (phone 312-408-5513). Firms submitting responses must allow several extra days for mail handling because late submissions will not be considered except as noted in Federal Acquisition Regulations (FAR), Part 14.304. ALL QUESTIONS CONCERNING THE ABOVE WILL BE DIRECTED TO THE FOLLOWING BY E-MAIL ONLY: LARRY LARSON, CONTRACTING OFFICER, REGION 7, AT larry.larson@fema.gov.
- Record
- Loren Data Corp. 20010327/CSOL007.HTM (W-082 SN50H1F2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|