Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOURCES SOUGHT

C -- Technical Assistance Contract

Notice Date
1/28/2003
 
Notice Type
Sources Sought
 
Contracting Office
Federal Emergency Management Agency, Financial & Acquisition Management Division, Readiness, Response & IT Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
Reference-Number-EMW-2003-TAC
 
Archive Date
3/14/2003
 
Point of Contact
Virna Evans, Contract Specialist, Phone (202) 646-7591, Fax (202) 646-3846,
 
E-Mail Address
virna.evans@fema.gov
 
Description
The Federal Emergency Management Agency (FEMA) intends to award up to three (3), Indefinite-Delivery, Indefinite-Quantity, Task Order contracts starting in fiscal year 2003, subject to the availability of funds. Each basic ID/IQ contract will have an ordering period of five years. The basic ID/IQ contract will be structured to allow for the issuance of Cost Plus Award Fee (CPAF), Time and Materials (T&M), and Firm Fixed Price (FFP) task orders. The method used to allocate task orders will include: consideration of experience, workload, the firm?s performance on other task orders, and cost/price. The estimated cost for services is approximately $100 million per five-year contract. While the Government intends to give Contractors a fair opportunity to be considered for most Task Orders, under certain circumstances, the Government may not solicit multiple contractors for a Task Order. A Task Order for $2,500.00 may be awarded to a single source. In addition, the Government need not give the Contractors an opportunity to be considered for a particular Task Order if the Contracting Officer determines: (1) The Government?s need for such services is of such urgency that providing such opportunity would result in unacceptable delays; or (2) The Task Order should be issued on a sole source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the Contract, provided that all participating Contractors were given a fair opportunity to be considered for the original Task Order. This procurement is classified under the North American Industry Classification System code of 541990 (All Other Professional, Scientific and Technical Services) with a size standard of $6.0 million. The selected firms will be required to provide services associated with Standby Technical Assistance for the purpose of providing technical support, consultant and project management resources to perform disaster related operations in accordance with the statutory authorities of the Robert T. Stafford Disaster Relief and Emergency Assistance Act, 42 U.S.C. ? 5121 et seq. ("the Stafford Act"), PL 93-288, as amended. The program activities of the Stafford Act are highly visible and require coordination with Federal, State, and local governments and/or volunteer organizations. The selected firms shall be required to provide the necessary resources to adequately support disaster operations throughout FEMA Regions I - X. The Contractor shall have personnel on-site at the disaster office within 48 hours of tasking notification. Due to the nature of FEMA?s work, the Contractor must be accessible 24 hours a day, seven days a week. The selected firms will be required to provide technical expertise to perform the following services: Develop and provide recommended project costs. Conduct Preliminary Damage Assessments. Review projects for compliance with environmental regulations and prepare environmental documents. Conduct biological assessments and surveys in order to determine existence of and potential impact to endangered species. Conduct surveys, assessments and reviews of potential areas of impact such as water quality, wetland delineations, sole or principle drinking aquifers, prime farmlands, and other ecologically significant or geographically unique areas. Perform analyses to ensure that all reasonable alternatives have been evaluated and are in accordance with Federal laws and requirements. Prepare historic reviews and/or historic recordation. Recommend insurance adjustments to estimated costs. Develop cost-effective measures to eliminate or reduce future damages to public facilities. Develop measures to reduce repetitive damage to public facilities. Develop cost-effective mitigation measures for damaged public facilities. Appraisal of property, evaluation for art and functional object conservation, develop benefit cost analysis, and identify hazardous waste. Review financial documents supporting claims for eligible project costs and perform onsite inspections of completed work. Conduct reviews on the adequacy of financial management systems used to track costs associated with the disaster recovery effort. Develop handbooks, criteria, guidelines, reports and other technical assistance items. Assist in the development and conduct of training courses. Develop and implement surveying tools that measure customer satisfaction and performance. Evaluate debris operations. Employ Geographic Information Systems. Provide recommendations for distribution of documents through web-based applications. Perform capital project planning, conceptual design and coordination of damaged capital public facilities. Selections will be in conformance with the provisions of Public Law 92-582 and based on the following criteria. Criteria 1 and 2 are equally important and are more important than the other Criteria. Criteria 3 through 5 are listed in descending order of importance. Responding firms and proposed teams should demonstrate specialized experience and technical competence in the following areas: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The firm must demonstrate successful specialized experience of firm and key personnel in the following (subfactors are listed in descending order of importance): (a) Experience developing reliable cost estimates for new major multi-million dollar construction projects or repair of damaged multi-million dollar infrastructure systems (e.g., buildings, roads, schools, hospitals, and power and water systems, etc.) (cost estimates should reflect the total budget necessary for the project and experience should show a variety of project types); evaluating projects for compliance with environmental regulations and preparing environmental documents (environmental assessments or environmental impact statements); conducting historical or archeological reviews; complying with wetlands and endangered species regulations; insurance adjustment (all hazards and flood); and evaluating hazardous waste and debris removal issues. [Experience in developing cost estimates is significantly more important than other sub-elements, which will be weighted equally.]; (b) Experience developing and implementing quality assurance/control measures in projects; (c) Experience developing and implementing innovative cost estimating techniques; and (d) Experience providing training to staff on policies and procedures specific to an agency or private industry contract (i.e. experience in getting staff quickly versed in terms, preferences, and general guidance related to a new contract). 2. CAPACITY TO ACCOMPLISH WORK WITHIN REQUIRED TIME. The firm must demonstrate the ability to provide the following (subfactors are listed in descending order of importance): (a) Staff the following positions, the numbers in parenthesis represent the quantity of staff to be provided: Civil Engineer (50); Structural Engineer (40); Construction Inspector (20); Estimator (15); Architect (14); Engineering Technician (12); Environmental Planner (10); Planner, General (10); Sanitary Engineer (8); Soils/Geotechnical Engineer (6); Insurance Specialist (6); Environmental Engineer (4); Electrical Engineer (4); Mechanical Engineer (3); Certified Public Accountant (3); Coastal Engineer (2); Architectural Historian (2); Historical Architect (2); Financial Analyst (2); and Accountant (2). The firm must have one (1) each of the following skills (each of the following will have equal weight): Hydrologist, Chemical Engineer; Geologist; Landscape Architect; Horticulturist; Appraiser; Archaeologist; Biologist; Draftsman; Surveying Technician; Surveyor; Telecommunications Specialist; GIS Specialist; Computer Specialist; Wetlands Specialist; Health Scientist and Arborist. (b) Staff 125 in-house professionals for a two-month assignment and maintain 60% of the 125 professional for an additional four months (i.e., 75 professionals will deploy for a total of six months). Only the prime?s capabilities will be considered for this criterion. (c) The firm must demonstrate capacity to accomplish the work in the required time and ability to direct, manage, and control the entire project. (d) Augment staff in 2(b) with an additional 100 professionals for a two-month assignment for a total staffing of 225 professionals. This will provide necessary personnel during periods of atypical disaster activity. Only the prime?s capabilities will be considered for this criterion. Note the persons deployed must maintain the duty station assigned. One individual can only fill one slot. Professionals are expected to have specific knowledge in their field of expertise on any Federal regulatory requirements, e.g., an Environmental Planner must be familiar with Federal environmental regulatory requirements. 3. PROFESSIONAL QUALIFICATIONS. The firm must demonstrate an understanding of the professional qualifications and show the firm?s application of the expertise nationwide for the following (subfactors are listed in descending order of importance): Civil Engineering, Structural Engineering, Cost Estimating, Architectural, Environmental, Insurance, Sanitary Engineering, Soils/Geotechnical Engineering, Mechanical Engineering, Electrical Engineering and Accounting. 4. PAST PERFORMANCE. The offeror?s past performance on contracts with Government agencies and private industry in terms of project management, accuracy of costs estimates, cost control, quality control, completion of projects within budget, and compliance with performance schedules for contracts of a similar type, size and scope. Submittals must include the names, affiliations and telephone numbers for five (5) references. The references must be within the past five (5) years and be related in scope and magnitude. The Government reserves the right to use information outside of the response in evaluating past performance. 5. LOCATION IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT. The firm must demonstrate the following (subfactors are listed in descending order of importance): (a) Demonstrate ability to staff disasters within 48 hours of tasking, which will include alternate operation. (b) Demonstrate applied knowledge of building codes and standards, floodplain and riverine zones, and seismic zones and wind zones across the ten (10) FEMA regions and its territories, Federated States of Micronesia, Commonwealth of the Northern Mariana Islands, and Guam. The firm must demonstrate knowledge of all geographical differences encountered nationwide. Engineering firms interested in performing this work are to submit one (1) original and seven (7) copies of their Standard Forms (SFs) 254 and 255 showing project experience and personnel, which will perform the work. Strict adherence to the submission instructions will be enforced. Firms not performing all work in-house must identify subcontractors in their submittal. A prime or joint venture 254/255 submittal must not exceed sixty- (60) pages, 8 1/2" x 11" front side only. Charts and drawings will be counted. Front and back cover pages and tab pages will not be counted in the page limit nor will these pages be evaluated ? any information listed on these pages will be ignored. All pages following the first sixty- (60) pages will be discarded upon receipt. All other material such as brochures or samples of work, attachments or extra pages will be discarded upon receipt. All submittals, to include portions from subcontractors, shall use a type pitch that is twelve characters per inch for ease of reading and evaluation. Joint ventures must include a copy of the legal joint venture with the chief executive 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 above. 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. Firms using subcontractors must submit separate SFs 254 for each subcontractor. The Government intends to enter into a voluntary partnership arrangement with the awardees and its subcontractors on this procurement. Our objective is to identify and achieve reciprocal goals, insure effective and efficient contract performance, and resolve disputes in a timely, professional and non-adversarial manner through the use of voluntary Alternative Dispute Resolution (ADR) methodologies. Responses must reference ?EMW-2003-TAC, Technical Assistance Contract?, on the face of all forms. No other announcement is anticipated for this requirement. To assure consideration, all information must be received by the Contracting Officer no later than 3:00 PM local time, at FEMA, 500 C Street, S.W., Room 350, Washington, DC 20472, on Feb 27, 2003. Late submissions will be subject to the provisions of FAR Part 14.304. This is not a Request for Proposal.
 
Record
SN00248124-W 20030130/030128213516 (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.