Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOURCES SOUGHT

C -- Engineering Study - Infrastructure Assessment and Cost Estimating Contract

Notice Date
5/17/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Transition Recovery Office - LA, 415 N. 15th Street, Baton Rouge, LA, 70802, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSFELA-07-R-0028
 
Response Due
6/18/2007
 
Archive Date
7/3/2007
 
Description
PURPOSE: The Federal Emergency Management Agency (FEMA), Gulf Coast Recovery Office (GCRO) is seeking information from industry relating to its need for a specialized Architecture and Engineering assessment, study of the current status of the public water, sewer, and drainage system(s) and infrastructure in New Orleans, LA. Services shall include but not be limited to: assessments, investigations, cost estimates, and engineering studies. Professional disciplines shall include but not be limited to the following: Civil, Environmental, Structural, and Hydraulic Engineering. Summary scope of work is below. The purpose of this Request for Information (RFI) is to: (1) ascertain the capability of small businesses to meet this requirement, (2) ensure accuracy and clarity of requirements, (3) gather data regarding commercial industry interest and ability to meet the government?s requirements, and (4) determine the capability of A&E firms or businesses that can meet the criteria identified in FAR provision 52.226-3, ?residing or doing business primarily in the geographic area identified below?. This information will be utilized to help the FEMA with its acquisition strategy. Summary of Work: FEMA is seeking a proven, qualified and appropriately licensed company to assess the current condition of public water, drainage and sewage facilities, systems, and/or infrastructure on which the City of New Orleans, LA relies for its residents, and ascertain the pre-disaster (Hurricane Katrina) state of those facilities, systems and/or infrastructure. The company providing the required services shall provide a prioritized list of essential repairs to return the sewage, water and drainage infrastructure to a functional level of serviceability, along with the risks inherent in not providing each essential repair (from the prioritized list) and a detailed estimate of the costs to repair each item from the prioritized list. The company will also develop a prioritized list of repairs to return the facility, system and/or infrastructure to its pre-disaster state with a detailed cost estimate for each item on that pre-Katrina prioritized list. Finally, the awarding company will develop a detailed Master Plan to refurbish the entire system consistent with the associated detailed costs. Responses to RFI: Format: Responses are limited to a total maximum number of 10 pages and minimum number of 5 pages. Responses must be submitted in PDF format with a maximum size of 2 MB. Page size must be 8.5 x 11, font must be 12 point or larger, and margins must be at least 1 inch. Both sides of the paper may be used. Each side is counted unless blank. Content: Briefly describe your company and Key personnel, business size (in terms of employees as well as annual revenue) and status, evidence of small business status, relevant experience similar projects of the same nature, size, and complexity, experience in Public Water/Sewer Systems with capacities greater than 100 Million Gallons per Day (MGD), specialized experience and technical competence with significant pre- and post-flood events, analysis and identification of: Water distribution line leakage, Inflow and infiltration, Storm water drainage, High volume pumping systems, and Surface water drainage canals. Interested firms should also include respective customer references for similar projects, and any comments/questions/responses to the attached SOW. Note: Relevant experience is defined as work of a similar nature within the last 18 months. All responses shall be clear and concise so that an objective third party could ascertain whether or not the interested firm has the capability and experience to meet the needs of the government. The Government will not be going out for clarifications on any responses received. ? Set ? Aside Area Information (Included in Content of Response): Contractors must include a narrative response to each of the elements contained in FAR 52.226-3, as follows. No documentation (state licenses, etc) is required at this time. Be sure to identify the parish(es)/county(ies) that relates to your responses for each element. 52.226-3 ? Disaster or Emergency Area Representation. As prescribed in 26.203(a), insert the following provision: Disaster or Emergency Area Representation (Aug 2006) (a) Set-aside area. The area covered in this contract are the following parishes/counties of the State of Louisiana: Acadia, Allen, Ascension, Assumption, Beauregard, Caldwell, Calcasieu, Cameron, East Baton Rouge, East Feliciana, Evangeline, Franklin, Grant, Iberia, Iberville, Jefferson, Jefferson Davis, Lafayette, Lafourche, LaSalle, Livingston, Madison, Morehouse, Natchitoches, Orleans, Pointe Coupee, Plaquemines, Richland, Sabine, St. Bernard, St. Charles, St. Helena, St. James, St. John, St. Landry, St. Martin, St. Mary, St. Tammany, Tangipahoa, Terrebonne, Vermilion, Vernon, Washington, West Baton Rouge, West Feliciana, and Winn.. (b) Representations. The offeror represents as part of its offer that it [ ] is, [ ] is not a firm residing or primarily doing business in the designated area. (c) Factors to be considered in determining whether a firm resides or primarily does business in the designated area include? (1) Location(s) of the firm?s permanent office(s) and date any office in the designated area(s) was established; (2) Existing state licenses; (3) Record of past work in the designated area(s) (e.g., how much and for how long); (4) Contractual history the firm has had with subcontractors and/or suppliers in the designated area; (5) Percentage of the firm?s gross revenues attributable to work performed in the designated area; (6) Number of permanent employees the firm employs in the designated area; (7) Membership in local and state organizations in the designated area; and (8) Other evidence that establishes the firm resides or primarily does business in the designated area. (d) If the offeror represents it is a firm residing or primarily doing business in the designated area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation. IMPORTANT - Additional information: We appreciate any / all responses. The information in the responses will be used solely by the GCRO as market research. We will not divulge individual responses to the RFI outside of the GCRO. This is not a commitment on the part of the Government to solicit this requirement, award a contract as a result of this notice, or to pay for any information received. No solicitation or RFP will be provided. THIS IS A REQUEST FOR INFORMATION ONLY. RESPONSE DUE DATE & CONTACT INFORMATION: Clarification questions for any information in the RFI must be received via e-mail by 4:00 P.M. CST on March 23, 2007. Final Responses to this RFI must be submitted via email to the Acquisition Gulf Coast Recovery Office NO LATER THAN 2:00 pm CST on March 27, 2007. Clarification questions and Final Responses to this RFI shall be emailed to Adam Jones @ adam.w.jones@dhs.gov or Glenda Perez @ Glenda.perez@dhs.gov . The subject line should read RFI for HSFELA-07-R-0028 - Infrastructure Assessment and Cost Estimating Contract.
 
Place of Performance
Address: CITY OF NEW ORLEANS - NO SEWERAGE AND WATER BOARD, 625 Saint Joseph St, New Orleans, LA
Zip Code: 70165
Country: UNITED STATES
 
Record
SN01296620-W 20070519/070517220608 (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.