Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

99 -- Housing LIne Item Inspection Pricing Database - HSFEHQ-10-R-0133

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Disaster Assistance Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washingotn, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-R-0133
 
Point of Contact
Sean G. Williams, Phone: 2026464354, Antoine P Barnes, Phone: 202-646-3148
 
E-Mail Address
sean.g.williams@dhs.gov, antoine.barnes@dhs.gov
(sean.g.williams@dhs.gov, antoine.barnes@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Soliciation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Department of Homeland Security, Federal Emergency Management Agency, Disaster Assistance Division, at 500 C. SW, Washington, DC 20460, intends to award (1) contract to provide assistance to disaster victims in Presidential declared disaster and emergencies. As a part of these disaster relief efforts, FEMA conducts residential housing inspections for disaster victims. These inspections are completed in a line item method where each required repair is recorded as a construction component (with required quantity and associated unit cost), or Rapid Damage Assessment (RDA) method where a per square foot price is applied to the aggregate line item values of construction and/or repair of real property damages associated with flood waters of various levels in a single family residence. FEMA's Individuals and Households Program (IHP), as well as other agencies involved in disaster relief are the end users of this data. The period of performance shall be (1) one base year with (4) (1) one year option periods. The NAICS Code applicable to this solicitation is NAICS 541330. This requirement is solicited as a full and open competition using FAR Part 12 procedures. The Technical Evaluation Plan (TEP) sets forth the evaluation scoring methodology for the Source Evaluation Team to recommend an award. The award recommendations of the Source Evaluation Team will be based on having completed a review, evaluation and scoring of proposals. The technical evaluation factors are as follows: •1. ADJECTIVAL RATINGS AND SCORING INDICATORS Adjectival Possible Scoring Excellent Acceptable Unacceptable FACTOR 1- TECHNICAL APPROACH AND UNDERSTANDING A: Technical knowledge regarding the company's methodology (30%) B. Evaluation of representative samples (30%) NOT TO EXCEED 25 PAGES FACTOR 2- EXPERIENCE AND PAST PERFORMANCE Experience and past performance of data base price development (25%) NOT TO EXCEED 15 PAGES FACTOR 3- CONTRACT PERSONNEL/PRICE Skills and experience of the contract personnel assigned to this project. (15%) NOT TO EXCEED 15 PAGES Overall Rating 2. EVALUATION CRITERIA Technical Approach A: Technical knowledge regarding the company's methodology to obtain item pricing that represents the FEMA regions that includes prices for line items for both residential damage real and personal property on a county by county basis, independent cities within states, Alaskan Rural Education Areas, Puerto Rican municipios, and individual islands within US Trust Territories and other US Possessions that may be declared, and each would require localized pricing. Each of these areas would be associated and have identified the FIPS code data to associate pricing with. (Value 30%) B. Evaluation of representative samples of disaster specific databases. Particular attention will be applied to the county by county, independent cities within states, Alaskan Rural Education Areas, Puerto Rican municipios, and individual islands within US Trust Territories and other US comparison local pricing to the item price. The intent is to evaluate a sampling of the line item and Rapid Damage assessment value methodology and basis definitions and check pricing on that local level and the ability to provide a database and export file format compatible with NEMIS; that the contractor's data development resources meets FEMA's need to obtain data from a single source without relying on that source's data development from sub contracting firms. (Value 30%) Experience and Past Performance A: Experience and past performance of data base price development. FEMA will place higher value for those firms that demonstrate the technical ability to provide quick and accurate response to requests for pricing on non listed items and changes in the pricing database. This experience will include independent validation and verification of projects. (Value 25%) Contract Personnel/Price A: Evaluation of skills and experience of the contract personnel assigned to this project. The staff should have varied experience depending on the level of involvement in the development, collection and distribution of pricing databases. Price will also be a consideration. (Value 15%) 3. EXPLANATION OF PROCEDINGS A narrative, reflective of the Source Evaluation Team review of the proposals presented to the Contract Officer. 4. BEST VALUE DETERMINATION The Source Election Team will conduct its evaluation in full accordance with the Technical Evaluation Plan; award will be made on a best value determination. ___________________________________________________________________________ Excellent : Greatly exceeds the minimum performance or capability requirements of any evaluation sub-factors in a way beneficial to the Government. There are no significant weaknesses. Acceptable : Meets the minimum performance or capability requirements of any evaluation sub-factors. There may be minor but correctable weaknesses. Unacceptable : Fails to meet the performance or capability requirements of any evaluation sub-factors. There are unacceptable weaknesses. Proposals will be mailed to: Sean Williams, Contracting Officer, 500 C Street, SW Washington, DC 20742 Patriot's Plaza 5 th Floor. Proposal DUE - September 1, 2010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAMOPSDA/HSFEHQ-10-R-0133/listing.html)
 
Record
SN02237040-W 20100813/100811235700-dba932c4c0dabcfa5a9d699e21bd91a5 (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.