Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

C -- A&E Services for Flood Recovery Data Development & Outreach; HAZUS-MH Validation; and Losses Avoided Study

Notice Date
12/19/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region VI, 800 North Loop 288, Denton, Texas, 76201
 
ZIP Code
76201
 
Solicitation Number
DR-1791-TX-2011
 
Response Due
1/5/2009 5:00:00 PM
 
Archive Date
1/20/2009
 
Point of Contact
Barbara J. Armistead,, Phone: 5124654006, Sam Ansani,, Phone: 202-340-7719
 
E-Mail Address
barbaraj.armistead@dhs.gov, sam.ansani@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Architect-Engineer (A-E) Services for Flood Recovery Data Development and Outreach; HAZUS-MH Validation; and Losses Avoided Study. Pre-solicitation number: DR-1791-TX-2011 Agency: Department of Homeland Security Office: Federal Emergency Management Agency Location: State of Texas ________________________________________ Notice Type: Presolicitation Posted Date: December 18, 2008 Response Date: Jan 05, 2009 3:00 pm Central Archiving Policy: Automatic, 15 days after response date Archive Date: January 20, 2009 Original Set Aside: N/A Set Aside: Small Business/Local Area Set aside Classification Code: C -- Architect and engineering services NAICS Code: 541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services ________________________________________ Notice Type: Presolicitation DR-1791-TX-2011 PRE-SOLICITATION NOTICE: This is a pre-solicitation notice for SF-330's for a time and material indefinite delivery indefinite quantity (IDIQ), A&E Services contract for various flood recovery data, HAZUS validation and losses avoided projects within the State of Texas, utilizing time and material not to exceed contracts. Estimated start date for this contract is 15 February 2009. The NAICS Code for this procurement is 541330, and the size standard is $4.5 Million. The contract will include one base year with the option to extend one year. The estimated contract value for this acquisition is $850,000. This acquisition is for architect-engineer (A-E) services procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulations. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) and requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.gov/orca/login.aspx and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, the firm considered to be the most highly qualified to provide the services required will be chosen for negotiation. Selection of firm for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. SCOPE OF PRE-SOLICITATION The scope of the pre-solicitation will be for performance of any part or all operations necessary to perform services for coastal hydrologic and hydraulic (H&H) engineering, geographical information systems (GIS), and benefit-cost analysis to provide technical and outreach support, for flood recovery data projects, HAZUS validation and calibration. Firm will furnish all equipment, personnel and materials to perform the tasks. Coastal H&H engineering services may consist but are not limited to any part or all of the following activities: developing flood recovery data including surge inundation maps; performing frequency analysis for major costal flood events; supporting FEMA mitigation by providing materials and subject matter experts in meetings with federal agencies, the state and local communities; providing engineering support and analysis to assist FEMA mitigation in responding to questions from federal agencies, the state, and local communities; supporting and coordination flood recovery data outreach efforts. GIS services may consist of creating surge inundation maps; producing various maps to assist FEMA mitigation in responding to requests for information from federal agencies, the state and local communities; and producing various mapping projects to support mitigation outreach activities. HAZUS validation and calibration may include using HAZUS-MH to model Hurricane Ike flood and wind losses including model runs that require imputing user defined flood depths, wind fields, building stock data, and loss functions; comparison of modeled losses with actual losses collected from various sources; development of revised damage functions; and development of revised HAZUS-MH files incorporating updated data and loss functions. Losses avoided study may include working with FEMA and the state to identify mitigate properties to be studied; analyzing past projects to measure cost savings of mitigation as it relates to the current disaster; calculating performance measures to project future savings; and performing benefit-cost analysis. The contractor will develop a Quality Control Plan (QC). The typical project requires knowledge and experience in all aspects of costal H&H; costal engineering; geographic information systems, HAZUS-MH modeling, loss calculations, and benefit-cost analysis, and quality assurance techniques for these projects. The firm will be required to perform engineering analysis, GIS services, and benefit-cost analysis and certify that all meet FEMA standards. All drawings will be computer generated in ArcGIS format. Electronic copies and original hard copies are to be furnished to FEMA. SELECTION CRITERIA A. Pre-Selection Criteria Firm must be a local small business residing or primarily doing business in the declared disaster area within the state of Texas. As of November 5, 2008, the fifty (50) designated counties included in this area are as follows: Anderson, Angelina, Aransas, Austin, Bowie, Brazoria, Brazos, Burleson, Calhoun, Cass, Chambers, Cherokee, Fort Bend, Galveston, Greg, Grimes, Hardin, Harris, Harrison, Houston, Jasper, Jefferson, Leon, Liberty, Madison, Marion, Matagorda, Milam, Montgomery, Morris, Nacogdoches, Newton, Nueces, Orange, Panola, Polk, Robertson, Rusk, Sabine, San Augustine, San Jacinto, San Patricio, Shelby, Smith, Trinity, Tyler, Upshur, Walker, Waller, and Washington. B. Selection Criteria 1. Specialized experience and technical competence in the type of work required (Significantly More Important). Evaluation will be based on the extent of directly related experience in the following order of importance: (A) Coastal H&H engineering projects: Experience using coastal H&H studies for FEMA flood insurance studies; experience using programs approved for FEMA coastal studies including ADCIRC and WHAFIS. (B) HAZUS-MH modeling: Experience using HAZUS-MH to model wind and flood losses, especially studies involving user-data and damage and loss functions. (C) Benefit-cost analysis for flood and wind mitigation projects: Experience conducting benefit-cost analysis for mitigation projects. (D) Coastal mapping project: Experience in completing mapping projects, especially those involving coastal areas and inundation mapping. Examples of work shall be documented on SF-330 for review as well as a description of the type of work performed. These work descriptions will be evaluated based on the documented complexity of work performed. Higher credit will be given for coastal H&H projects performed in accordance with FEMA's Guidelines and Specifications for Flood Hazard Mapping Partners based on their degree of complexity, and for projects demonstrating outstanding achievement through awards from national professional organizations, publications in professional journals, or presentations at national conferences. Projects older than five years will not be considered. 2. Professional Qualifications necessary for satisfactory performance (Significantly Important). Evaluation will be based upon the following: (A) The firm must possess experienced and registered professional engineers in the state of TX. Engineers must have a minimum of ten (10) years experience in H&H engineering, including experience in costal H&H and FEMA flood insurance studies; and in benefit-cost analysis for flood and wind mitigation projects. Firm must also have a minimum of one GIS specialist (1) with a minimum of ten (10) years experience in costal and watershed mapping; inundation mapping; and performing HAZUS-MH flood damage estimates, including model runs that required inputting user-defined data for flood depths, wind fields, building stock, and damage functions. (B) Knowledge and level of experience associated with the requirements above, and their availability to perform work on this contract. (C) Availability of an adequate number of personnel in key discipline shall be presented to insure that the selected firm can meet the potential of working on multiple tasks. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. Firms shall demonstrate the professional qualifications of personnel and proposed subcontractors for the initial projects specified within. Examples must be provided for similar projects performed by each team member. If the proposed team has not worked together before, the firm must provide experience of the individuals with their proven ability to work in a diverse team environment. 3. Past performance on contracts with government agencies and private industry (Important - approximately equal to item 4). Evaluation will be based upon the firm's past experience with government agencies, especially experience with FEMA and FEMA Region VI projects; and the private sector in performing the requirements described with respect to quality; timeliness; cost control; cooperation; and responsiveness. 4. Capacity to accomplish the work in the required time (Important - approximately equal to item 3). The evaluation will assess the experience of the firm's plan for providing and maintaining the necessary number of personnel in key disciplines. Firm will have a minimum of two (2) engineers employed on a full time basis and a minimum of one (1) GIS specialist. Submit SF 330 to Contracting Office Address: DHS, FEMA, Attn: Contracting 6001 Airport Blvd, Ste D-200 Austin, TX 78752 Place of Performance: Anderson, Angelina, Aransas, Austin, Bowie, Brazoria, Brazos, Burleson, Calhoun, Cass, Chambers, Cherokee, Fort Bend, Galveston, Greg, Grimes, Hardin, Harris, Harrison, Houston, Jasper, Jefferson, Leon, Liberty, Madison, Marion, Matagorda, Milam, Montgomery, Morris, Nacogdoches, Newton, Nueces, Orange, Panola, Polk, Robertson, Rusk, Sabine, San Augustine, San Jacinto, San Patricio, Shelby, Smith, Trinity, Tyler, Upshur, Walker, Waller, and Washington Counties, State of Texas Primary Point of Contact: Barbara Armistead Barbaraj.armistead
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65dd51fbdef4389a5df0c5812253834d&tab=core&_cview=1)
 
Place of Performance
Address: Place of Performance: Anderson, Angelina, Aransas, Austin, Bowie, Brazoria, Brazos, Burleson, Calhoun, Cass, Chambers, Cherokee, Fort Bend, Galveston, Greg, Grimes, Hardin, Harris, Harrison, Houston, Jasper, Jefferson, Leon, Liberty, Madison, Marion, Matagorda, Milam, Montgomery, Morris, Nacogdoches, Newton, Nueces, Orange, Panola, Polk, Robertson, Rusk, Sabine, San Augustine, San Jacinto, San Patricio, Shelby, Smith, Trinity, Tyler, Upshur, Walker, Waller, and Washington Counties, State of Texas, United States
 
Record
SN01722526-W 20081221/081219220319-65dd51fbdef4389a5df0c5812253834d (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.