Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1996 PSA#1609

Federal Emergency Management Agency; Acquisition Operations Division; Operations, Recovery & Preparedness Branch; 500 C Street, S.W., Room 408; Washington, DC 20472

C -- INFRASTRUCTURE SUPPORT SERVICES SOL 97-001 DUE 062196 POC Lois Cleveland, 202-646-3836/H. Robert Weiss, 202-646-3748 The purpose of this announcement is to clarify various issues resulting from the previous announcement for Infrastructure Support Services issued on May20, 1996. The page limitation is revised as follows: The portion of the submittal relating to the ''prime'' firm must not exceed sixty (60) pages, 8 1/2'' x 11'' front side only. The portion of the submittal relating to subcontractors must not exceed fourteen pages per subcontractor, front side only. Charts and drawings will be counted. Proposal covers, tab dividers, and the like that contain no valuative text, but comprise and hold an Offeror's submission together will not count as part of the page limit. All pages exceeding the abovepage limitations will be discarded upon receipt. It is recommended that all submittals, including the subcontractors, use a type pitch that is twelve characters per inch for ease of reading and evaluation. Submittals of the SF254/SF255's: If the prime is a joint venture and has previously performed workas a team, the submittal of a combined SF254/SF255 is acceptable. If a joint venture is established specifically to perform these services or has not performed as a team, each member must submit a separate SF254/SF255. A joint venture submittal is held to be a ''prime'' submittal. All firms which will not perform all work in-house must identify the subcontractor(s) (including consultants or associates), in their submittals. Each subcontractor must submita SF254/SF255. In addition, the firms or joint venture members must complete Page #9 of the SF255, listing work performed which illustrates current qualifications relevant to this project. The criterion for a senior level, mid-level, and first level professionals applies to all skill disciplines listedin the previous CBD announcement. The number of resumes to be submitted relative to the various disciplines shall be at the discretion of the Contractor. As stated in the previous CBD announcement, a senior level professional shall possess either a professional registration and a minimum of ten years of experience in their field of expertise or a Bachelor of Science (BS) degree or equivalent and fifteen years of experience in their field of expertise. A mid-level professional shall possess either a professional registration and a minimum of five years of experience in their field of expertise or a BS degree or equivalent and ten years of experience in their field of expertise. A first level professional shall require a BS degree or equivalent and a minimum of two years of experience in their field of expertise.Senior and mid level professionals are expected to have specific knowledge in their field of expertise on both Federal legislative and regulatory requirements, e.g., an Environmental Planner must be familiar with the Federal environmental requirements; and Architectural Historian or Historical Architect must be familiar with the Federal historic preservation requirements. No decision has been made at this time to issue a task order for the overall program/project management tasks. However, we anticipate issuing a task order onan annual basis for program/project management tasks. As stated in the previousCBD announcement, the program management support encompasses professional, managerial, and administrative support activities required to plan and execute major capital projects. In addition, the program management support covers the entire scope of engineering reports, and design and construction support activities. Program management support may also include technical assistance inproject management, construction management and other architectural and engineering services as appropriate. Use of this capability will be at FEMA's discretion and will be based on a number of considerations that range from magnitude of the event to the State or local governments' ability to respond to the event. A copy of the terms and conditions contract boilerplate for this requirement is not available at this time. It is felt that this information would not be useful in answering questions regarding this CBD announcement. Theincumbent contractors are not prohibited from submitting a SF254/SF255 for this requirement. The new contracts to be awarded will not be delegated any geographic, disaster-specific, or programmatic territories. FEMA does not intend to compete the work between the various contractors. However, FEMA reserves the right to apportion the work based on operational requirements, quality, timeliness, cost and performance. In doing so, a Contractor could be selected to perform work based on their knowledge of a specific location or technical expertise to perform. Any firm interested in receiving a copy of the current Technical Assistance Contracts (EMW-95-C-4686 - Parsons Brinkerhoff and EMW-95-C-4685 - PaRR), may request a copy through the Freedom of Information Act(FOIA) from the following address: FEMA, Attn: FOIA Specialist, 500 C Street, S.W., Room 840, Washington, DC 20472. The due date of all submittals is June 21, 1996, at 2.30 P.M., local time at 500 C Street, S.W., Attn: Lois Cleveland,Room 408, Washington, DC 20472. Late submissions will be subject to the provisions of FAR Part 14.304. (0155)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960604\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page