Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2002 FBO #0131
MODIFICATION

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY FLOOD RELATED STUDIES FOR FEMA REGION II

Notice Date
4/10/2002
 
Notice Type
Modification
 
Contracting Office
Federal Emergency Management Agency, Office of Financial Management, Region II, 26 Federal Plaza, Suite 1337, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
EMN-2002-I-RII
 
Response Due
5/10/2002
 
Archive Date
5/25/2002
 
Point of Contact
Peter Dinicola, Contract Specialist, Phone (212) 680-3646, Fax (212) 680-3693,
 
E-Mail Address
peter.dinicola@fema.gov
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY FLOOD RELATED STUDIES FOR FEMA REGION II SOL EMN-2002-I-RII-LRG & EMN-2002-I-RII-SBS DUE 05/10/02. PLEASE NOTE :THIS ANNOUNCEMENT REPLACES FEMA REGION II PRESOLICITATION NOTICE FOR RII-I-2002 POSTED IN FEDERAL BUSINESS OPPORTUNITIES ON MARCH 1, 2002. The Federal Emergency Management Agency (FEMA), Region II, intends to award up to three (3), indefinite delivery--indefinite quantity contracts (ID/IQ), starting in fiscal year (FY) 2002, each with four option years subject to the availability of funds, for Flood Related Studies. This announcement is for FEMA Region II only. Separate procurements are to be announced and competed by other FEMA regional offices for similar activities. The selected firms 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; (6) coordinate and consult with local community officials, FEMA staff, FEMA review contractors, and others, as required; and (7) for other flood related engineering services. It is also expected that in the event of a flood related or other disaster, that services may be required on an expedited basis or on an emergency basis. Specific project areas will be assigned by task order, after contract award and the project must be completed as stipulated in the task order. It is expected that task orders will be completed in not more than 24 months duration. The minimum estimated cost for services is $1,000 for the life of each contract. The maximum estimated cost for services is $20,000,000 for the life of each contract. The Regional Office (Region II) is located in New York, NY and the geographic area administered by the Region is comprised of New York, New Jersey, Puerto Rico and the US Virgin Islands. FEMA contemplates the award of one or more contracts under solicitation EMN-2002-I-RII-LRG. This procurement, EMN-2002-I-RII-LRG, will be open to "full and open competition" and both small and large businesses are encouraged to provide submissions. FEMA contemplates the award of one or more contract under EMN-2002-I-RII-SBS. This procurement, EMN-2002-I-RII-SBS, is a small business set-aside. To be considered eligible for "set-aside" procedures, firms must clearly indicate on their SF255: (1) appropriate certifications as small businesses (self certification), and (2) annual average gross revenue for the past three fiscal years which must be less than or equal to $4.0 million. This procurement is classified under the NAICS classification Code 541330, Other Engineering Services. In the event that no small business firm is found to be qualified to perform the work, all awarded shall be made under EMN-2002-I-RII-LRG. Firms interested in being considered to perform work for either procurement are required to submit two (2) copies of a Standard Form (SF) 254 and SF 255, 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 BELOW 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. For each resume in Item 7, it must be clearly stated where that person is located. If not so stated, the resume will be given no credit. 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. The evaluation factors and evaluation points for selection are: (1) Specialized experience of in-house staff in hydrology and hydraulics. Note that subcontracting of hydrology or hydraulics is not allowed. (25 points);(2) Demonstrated experience of key personnel in working with the firm under consideration, in performing studies for water supply and drainage design, in hydraulic modeling of flood control works, reservoir planning, open channel hydraulics, in performing hydrologic studies and in flood risk assessment and floodplain mapping for riverine environs. (25 points); (3) Specialized experience of in-house staff in preparing digital products and application of Geographic Information Systems (GIS) technology in flood insurance studies or related work of a similar magnitude and complexity. (Note that subcontracting of GIS product preparation is not permitted.) (20 points); (4) Past performance on flood insurance studies or related work of a similar magnitude and complexity in risk assessment/floodplain information studies. (10 points); (5) Geographical proximity of the firm's home, regional, or branch offices to the FEMA Regional Office, and knowledge of, conditions in the geographical area covered by Region II. (10 points); (6) Capacity of the firm to perform all work, normal and emergency in nature within reasonably expected time frames. (10 points). Following an in-depth evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required, will be selected for a "short-list" for EMN-2002-I-RII-LRG and EMN-2002-I-RII-SBS. Firms on the short lists will receive a facsimile notice of their selection and will be given written questions to be answered orally over the telephone (conference call) within 24 hours of notification or thereabout. Upon receipt of the "short-list" responses a final evaluation and selection of the most qualified firms for each proposed procurement will be made for EMN-2002-I-RII-LRG, proposals will be requested from up two of the highest ranked firms (or from four if no small businesses are found to be qualified under EMN-2002-I-RII-SBS) and cost negotiations will be conducted with each firm. If a mutually satisfactory contract can not be negotiated with any of those firms, negotiations will be terminated with those firms and the process will proceed to the next firm(s) until award is made for the desired number of contracts or all the "short listed" firms have been rejected. Responses shall reference either "Synopsis Number: EMN-2002-I-RII-LRG "ID/IQ Flood Studies for FEMA Region II" and EMF-2002-I-RII-SBS "ID/IQ Flood Studies for FEMA Region II" on the face of both the SF 254 and SF 255 for each procurement as well as the outside of the envelope. Interested small business firms who may wish to submit for both projects must supply a separate set of SF254 and SF255 for each procurement. All firms interested in the FY 2002 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 Eastern Daylight Savings Time on May 10, 2002. The designated address and point of contact for receipt of submittals is: Federal Emergency Management Agency--Region II, 26 Federal Plaza, Room 1307, New York, NY 10278 attention: Peter DiNicola. 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.
 
Place of Performance
Address: Federal Emergency Management Agency--Region II, 26 Federal Plaza, Room 1307, New York, NY
Zip Code: 10278
Country: USA
 
Record
SN00056582-W 20020412/020410213409 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.