Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 22, 2003 FBO #0447
SOURCES SOUGHT

C -- ENGINEERING REVIEW AND REVISION OF OF FLOOD INSURANCE MAPS

Notice Date
2/20/2003
 
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-SS-MAPS
 
Archive Date
4/8/2003
 
Point of Contact
Nancy Costello, Contract Specialist, Phone (202) 646-4374, Fax (202) 646-2970,
 
E-Mail Address
nancy.costello@fema.gov
 
Description
This requirement is for interim services not to exceed four (4) months, plus two options of two months each, starting on or after March 27, 2003, to allow sufficient time for the procurement and phase-in of the next contract in the Map Modernization evolution. The NAICS code is 541330. This is not a Request for Proposal, but a survey to locate potential sources capable of performing Flood Map Production Coordination in the Eastern, Western, and Central Territories during the specified timeframe. Minimum capabilities must include documented evidence of experience and expertise in all of the following areas: (1) Specialized, nationwide experience of firm and key personnel in hydrology, hydraulics, flood risk assessment and floodplain mapping for riverine environs. (2) Demonstrated experience using Geographic Information Systems, with emphasis on spatial data production, analysis, and creation of soft and hard copy flood hazard and related products that are in accordance with relevant (i.e. FGDC, FEMA) standards: (a) experience and/or innovation in the area of automated hydrology, hydraulics and floodplain delineation; (b) experience in and/or capability to produce digital and print-on-demand map products complete with metadata; (c) experience in effectively communicating and supporting local governments and private citizens in issues related to spatial data information and technologies used in hazard identification and risk assessment; (d) experience in successfully evaluating spatial data (base cartography, imagery, etc.) from a variety of sources for quality, completeness and accuracy and integrating them into a systematic process (system) to accomplish tasks related to this rating factor. (3) Demonstrated capacity to accomplish the effort in the required time and ability to direct, manage, and control the entire project. (4) Past Performance on contracts of comparable size with government agencies and private industry in terms of : (a) cost control; (b) quality of work; (c) compliance with performance schedule. Submittals must include references? names, affiliations, and phone numbers. (5) Experience of firm and key personnel in the coordination and facilitation of public relations/outreach involving technical issues with local officials, private citizens, Federal and State entities, and private industry. (6) Experience of firm and key personnel demonstrating the capability to maintain adequate product quality control of contract of comparable size. (7) Specialized experience of firm and key personnel in flood risk assessment and floodplain mapping of coastal environs, including analysis and mapping of coastal and Great Lakes erosion zones. (8) Demonstrated ability to deliver timely and effective guidance and technical assistance to both public and private flood hazard mapping. (9) Demonstrated ability to provide state-of-the-art technical guidance and advice to transform existing methodologies and processes, and to keep pace with future technological advancements. (10) Experience and knowledge in the development and maintenance of Internet sites, including the distribution of spatial and text data via File Transfer Protocol (FTP) and the World Wide Web. (11) Demonstrated experience in developing and applying new hydrologic, hydraulic, and general engineering approaches to unique or specialized flood risk situations. (12) Experience and/or capability in current remote sensing technologies (i.e. LIDAR, IFSAR, GPS) used to develop high-resolution digital elevation models. (13) Experience of firm and key personnel in manual cartographic production. (14) Demonstrated capability in the identification and assessment of hazards and risks associated with erosion, hurricanes, alluvial fans, earthquakes, tsunamis, wind, and unsafe dams. (15) Experience of firm as a technical review contractor for Local, State and Federal or other Architect-Engineer firms. (16) Experience and capability to design, build, maintain, and operate library reporting and storage systems for both manually and digitally produced spatial text data from these systems in both hard copy and electronic format. Firms with these capabilities who are interested in performing the proposed effort are invited to submit one original and 4 copies of complete information to the procuring office identified in this notice within thirty (30) calendar days from the date of this notice. Information furnished should include: (1) the number and professional qualifications of scientists, engineers, technical and other appropriate personnel; (2) company experience related to the proposed project; (3) a description of general and special facilities; (4) a current financial statement, and (5) other literature that demonstrates the minimum capabilities listed above. This synopsis is for information and planning purposes and the government will not pay or otherwise reimburse respondents for information submitted. Based upon responses received, the government reserves the right to set-aside any and all procurements that may result hereunder for small or minority-owned businesses. If the evaluation of responses received indicates that none of the responding firms have the necessary capabilities to meet the government?s requirement, negotiations may be conducted with the three incumbent contractors, (1) PBS&J, (2) Michael Baker, Jr., Inc., and (3) Dewberry & Davis, on a noncompetitive basis.
 
Place of Performance
Address: 500 C ST., SW, WASHINGTON DC (50 MILE RADIUS)
Zip Code: 20472
Country: USA
 
Record
SN00262400-W 20030222/030220213656 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.