Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOURCES SOUGHT

C -- Flood Studies

Notice Date
12/6/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region VII, 9221 Ward Parkway Suite 300, Kansas City, MO, 64114, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFE07-07-S-0001
 
Response Due
1/5/2007
 
Archive Date
1/5/2007
 
Description
The Department of Homeland Security, Federal Emergency Management Agency, Region {VII}, is seeking qualified small businesses to provide Architect Engineer services in support of the Flood Map Modernization Program. These services include mapping activities to produce digital flood insurance rate maps and development of updated flood mapping data. The NAICS code for these services is 541330 ? Engineering Services. To qualify as a small business under this NAICS code, your firm must have had an average of less than $4.0 million in revenue over each of the past three years. This sources sought notice is for information and planning purposes only. The government will not pay or otherwise reimburse respondents for information submitted. It is anticipated that multiple, Indefinite Delivery Indefinite Quantity contracts may be awarded from the follow-on solicitation. These contracts will be for a 60 month period and will be capped at a maximum value of up to {15.0} million per contract. The exact number of contracts to be awarded and maximum contract value cap shall be determined at the time the contract is awarded. Based upon evaluation of responses received by the closing date, the government reserves the right to set-aside any and all procurements that may result hereunder for small or minority-owned businesses; or to open the follow-on solicitation to full and open competition. 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. (d) 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. Small Businesses 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 following mailing address: {FEMA, ATTN: LARRY LARSON 9221 WARD PARKWAY, SUITE 300 KANSAS CITY MO 64114} 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. Information packages must be received no later than 4:00 PM {Central Time} on {1-05-2007}. The point of contact for this action at Region {VII} is {Larry Larson} who may contacted at {816-283-7067}. The Small Business Administration may be used to verify business size.
 
Place of Performance
Address: FEMA, ATTN: LARRY LARSON, SUITE 300, 9221 WARD PARKWAY, KANSAS CITY MO
Zip Code: 64114-3337
Country: UNITED STATES
 
Record
SN01191499-W 20061208/061206220250 (fbodaily.com)
 
Source
FedBizOpps 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.