Federal Bid

Last Updated on 30 Jan 2007 at 5 AM
Sources Sought
Tucker Georgia

C -- Flood Map Moderinzation Program

Solicitation ID 12152006atl
Posted Date 15 Dec 2006 at 5 AM
Archive Date 30 Jan 2007 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Region 4: Emergency Preparedness An
Agency Department Of Homeland Security
Location Tucker Georgia United states 30341
The Department of Homeland Security, Federal Emergency Management Agency, Region IV, 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 Quanity 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 $50 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 opened 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 (GIS), 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 floodplaiin 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 controls; (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 transfrom 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 distribution of spatial and text data via File Transfer Protocl (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 assocated 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 produces spatial test 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 mail address: 3003 Chamblee-Tucker Road Atlanta, Ga 30341 Attn: Annette R. Wright, Contracting Officer Information furnished should include: (1) the number and professional qualifications of scientists, engineers, technical and other appropriate personnel; (2) company experience related to the propose 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 4:00pm eastern time on 1/15/07. The point of contact for this action at Region IV is Annette Wright, who may be contacted at 770 220-5663. The Small Business Administration may be used to verify business size.
Bid Protests Not Available

Similar Past Bids

Aberdeen proving ground Maryland 25 Sep 2009 at 11 PM
Bureau Illinois 13 Dec 2011 at 8 PM

Similar Opportunities

Tucker Georgia 17 Jul 2025 at 5 PM
Georgia 07 Aug 2025 at 3 PM
California 15 Jul 2025 at 7 PM
Curtis bay Maryland 11 Jul 2025 at 1 PM