Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2003 FBO #0498
MODIFICATION

C -- Coastal and/or Riverine Flood Insurance Studies/Restudies Throughout Region IX

Notice Date
4/10/2003
 
Notice Type
Modification
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Region IX, 1111 Broadway Suite 1200, Oakland, CA, 94607-4052
 
ZIP Code
94607-4052
 
Solicitation Number
Reference-Number-EMF-2003-FS-RIX
 
Response Due
5/6/2003
 
Archive Date
5/21/2003
 
Point of Contact
Michael Koeppel, Contract Specialist, Phone (510) 627-7244, Fax (510) 627-7126,
 
E-Mail Address
michael.koeppel@fema.gov
 
Description
This is a modification to a pre-solicitation notice originally published on March 27, 2003. The purpose of this modification it to make several changes to the language of the original pre-solicitation notice and to answer a few questions received to date. The major changes to the notice would include: the combining of package areas A & B for the procurement, the allowance of firms to provide submissions to more than one package area, and changes to the evaluation criteria. Prospective firms interested in participating in this procurement should review the revised version of the announcement carefully before providing their submission. It will also be noted that submissions are now due by May 6, 2003. Finally, interested firms are informed that the Contracting Officer for Region IX, Michael Koeppel, has been selected to serve on a jury for the next eight weeks. During his absence, all questions regarding this procurement should be directed to Mr. Larry Larson, Contracting Officer Region VII, at (816) 283-7067 or by email at Larry.Larson@fema.gov Accordingly; 1. The original synopsis, dated March 27, 2003, is hereby deleted in its entirety and replaced with the following in lieu thereof: The Federal Emergency Management Agency, Region IX, intends to award multiple year Indefinite Delivery, Indefinite Quantity (ID-IQ) contracts for flood-related studies. Each of the contracts will have a term of up to sixty (60) months. A breakdown of package areas and the expected number of contract awards per package area is specified below. (Note that the number of contracts shown is an estimate, lesser quantities may be awarded.) Region IX -- Package A-California, Arizona, Nevada ? (4 contracts); Package B-Hawaii, Guam, American Samoa, Commonwealth of Northern Mariana Islands (CNMI), & Pacific Trust Territories- (1 contract). The selected firms may be required to provide the following services for coastal and riverine flooding: (1) Collect and enter map needs assessment parameters into national database ? including routine data entry and update ?maintenance? of the database; (2) Determine the flood hazard areas in the assigned communities, as appropriate during normal and post-disaster situations and generate data including field surveys and production of topographic map data using LIDAR, aerial, or other procedures as needed; (3) Conduct hydrologic and hydraulic modeling including the use of automated, geo-referenced procedures; (4) Produce flood insurance studies including Digital Flood Insurance Rate Maps suitable for publication in accordance with FEMA Guidelines & Specifications for Flood Hazard Mapping Partners, dated February 2002 and all subsequent revisions; (5) Collaborate, coordinate, consult and meet with local community officials, FEMA staff, FEMA review contractors, and others, as required; (6) Prepare study background material for archiving; (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) Provide technical assistance to the region during disaster operations. 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 will generally be expected to be completed within 12 months and may not include requirements for all of the services specified above. Task orders associated with disaster relief efforts may have a much shorter period of performance. The minimum estimated cost for services is $10,000.00 for the life of each contract. The maximum estimated cost for services is $50,000,000.00 for the life of each contract, depending on the availability of funding. The location of the FEMA IX Regional Office and the states that comprise the Region are: Region IX, Oakland, California: California, Nevada, Arizona, Hawaii, Guam, American Samoa, CNMI, & Pacific Trust Territories. This announcement is open to all firms regardless of size. This procurement is classified under the NAICS classification Code 541330, Other Engineering Services. The anticipated contract type will be ID-IQ and involve the execution of task orders negotiated on either a fixed price or cost-reimbursable basis. Only firms having an accounting system meeting the Defense Contract Audit Agency (DCAA) standards will be given consideration for contract award. Firms interested in being considered to perform this work are required to submit one (1) original and five (5) copies of a Standard Form (SF) 254 and SF 255. Firms may provide submissions for either or both package areas. However, firms may only provide one (1) submission per package area. Multiple submissions in a package area, may result in all submittals for the firm to be discarded. This will include joint ventures. 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 venture 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 of SF 255 is completed in full for the joint venture to be considered. Only one SF 255 shall be submitted for joint ventures. ONLY USE STANDARD PAGES OF THE SF 254 AND 255 (Rev. 11/92) prescribed by GSA. No more than ten (10) brief resumes may be submitted as part of item 7 of the SF 255, and each resume shall be contained on one single sided page using no smaller than a standard 10-point type size. On each resume be sure to describe each individual?s duties and responsibilities as related to a specific project. Item 10 of the SF 255 shall be limited to one single-sided page, also using no smaller than a standard 10-point type. On each resume in item number 7 it must be clearly stated where the person is located. If not so stated, the resume may be given no credit. An organizational flow chart shall be included as a one page attachment for an overview of functional management hierarchy and organizational capacity. The organization chart shall show for each individual: (1) Office location, (2) Name of individual, (3) Job specialty, (4)Years with the firm, (5) Total years of experience. Additional information shall not be included for the organizational chart and no smaller than a standard 10-point font shall be used. 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 36.602-1, Selection Criteria. If a firm will use multiple offices, for each of the criteria requiring 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. The following factors will be used in the selection of the firms (In scoring these factors, the Government will also evaluate the experience of the key personnel in performing the related work, where applicable, while employed by the firm). Evaluation factors and evaluation points are: (1) Specialized experience of in-house staff in Geographic Information Systems (GIS) including automated hydrology and hydraulic applications in flood insurance studies. Experience of in-house staff in the use and preparation of digital terrain models, DEM, databases, and other digital techniques used for managing spatial data for automated hydrology and hydraulics. Note that subcontracting of GIS is not allowed (20 points); (2) Specialized experience of in-house staff in hydrology and hydraulics to include stochastic & statistical methods and other advanced hydrologic techniques as well as two-dimensional modeling. (20 points); (3) Experience of key, in-house, personnel in performing studies for water supply and drainage design, and in hydraulic modeling of flood control works, reservoir planning, and open channel hydraulics (15 points); (4) Past performance, of the firm's office applying for the work, on flood insurance studies or related work of a similar magnitude and complexity in flood risk assessment/floodplain information studies in the past five (5) years with governmental entities in terms of cost control, quality of work, and compliance with performance schedules, etc. Submittals must include the names, affiliations and telephone numbers for at least five (5) references. The references must be within the past five (5) years and be related in scope and magnitude. The list of references can be provided on one separate page as part of the submittal. The Government reserves the right to use information outside of the response in evaluating past performance. (10 points); (5) Capacity of the firm?s office applying for the work to deliver flood insurance studies within a 12-month period, initiate activities within two weeks notice, and meet accelerated schedules associated with disaster recovery activities including the ability to respond to disaster notice within 48 hours of notification. (10 points); (6) Location of the firm within the package area and the firm?s knowledge of the package area (as related to the services required). Please note that in order to be considered, the firm must have an office located within the geographical boundary of the package area. (10 points); and (7) Specialized experience of the in-house staff in coastal engineering works including, but not limited to, floodplain mapping, studies of beach erosion, tidal propagation in bays, estuary and inlet hydraulic studies, shore protection designs, and flood risk assessment for coastal environs (15 points). Following an in-depth evaluation of the qualification and performance data submitted, three (3) or more firms considered to be the most highly qualified to provide the type of service required, will be selected for a short-list for each package. 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(s) will be made. Proposal(s) will be requested, and cost negotiations will be conducted beginning with the most preferred firm in the final selection, and will proceed until all of the required awards have been made or all the firms have been rejected. Responses shall reference Synopsis Number EMF-2003-FS-RIX, and the package being applied for on the face of both the SF 254 and SF 255 as well as the outside of the envelope. All firms interested in this work, regardless of prior submissions, must furnish new forms marked as stated above in order to be considered. All information requested by this announcement must be received by no later than 3:00 PM (PDT) on May 6, 2003. The designated address and point of contact for receipt of submittals are: Federal Emergency Management Agency-Region IX 1111 Broadway, Suite 1200 Oakland, CA 94607 Attn: Mr. Michael Koeppel, Contracting Officer. Please direct questions to the Contracting Officer Larry Larson on (816) 283-7067 or by email to Larry.Larson@fema.gov Collect calls will not be accepted. 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. End of revised announcement. 2. The following are answers to questions that have been received to date: Q1: [As stated in the synopsis] ?If a firm will use multiple offices, for each of the criteria requiring 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.? This first question is what is the definition of ?firm.? Does this include all of [name of contractor] and our subconsultants? [Name of contractor] has over 35 offices nationwide and our potential subconsultants have multiple offices. A1: In accordance with FAR 36.102, ?firm? in conjunction with architect-engineer services, means any individual, partnership, corporation, association, or other legal entity permitted by law to practice the professions of architect or engineering. Q2: The solicitation requests a limit on the number of resumes in Block 7 to 10 resumes. If we have multiple offices, do we submit separate SF 255s for each office (submit a set of Block 7 resumes for each office limited to 10 resumes for each office?) A2: Only one (1) Standard Form 255 should be provided for each submission. As such, a total of no more than 10 resumes can be provided. Q3: The solicitation requests that for each office show project experience and list the personnel in that office who would be assigned to perform the work. Where does this listing of personnel fit into the SF 255? Do we submit a separate Item 8 for each office to show the project experience for that office? A3: Block 8 of the SF 255 can be used to show project experience (see limitations for Block 8 as specified in the original synopsis). A listing of personnel can be shown in the organizational chart. Q4: Item 10 of the SF 255 shall be limited to one single-sided page?? Is the organizational chart the only item to be provided in Item 10. Generally Item 10 can be used to provide supporting discussion particularly to address each of the 7 evaluation factors? A4: The organizational chart can be provided as a one page supplement to the standard form (as can the list of references requested by the original synopsis). Block 10 of the SF 255 can be used in any means seen fit by the firm (see page and font size limitations as specified in the original synopsis). Q5: [Evaluation Factor 6] Location of the firm within the package area and the firm?s knowledge of the package area?. [Contractor?s name] has several offices in the package area we are considering. The question is what about subconsultants?does this criteria hold for subconsultants or just the prime? A5: This criteria does not apply for subconsultants. The original synopsis reads ?the FIRM must have an office located within the geographical boundary of the package area.? Q6: [From the synopsis language] Firms interested in being considered to perform this work are required to submit (1) original and?.for one, and only one, of the packages. Submissions of multiple packages will result in all submittals for the firm to be discarded.? Does this statement apply to a firm who wants to go as a prime on one package and also be subconsultants on another package? Can a firm be a subconsultant on multiple packages? A6: In accordance with the revised synopsis language, firms may provide submissions for either or both package areas. However, firms may only provide one submission per package area. This limitation would apply to subconsultants/subcontractors as well as prime contractors. Please note that the reference to ?in house? made in the announcement refers to a prime (or joint venture) contractor but does not refer to subcontractors/subconsultants.
 
Record
SN00300367-W 20030412/030410213054 (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.