2024 America's Water Infrastructure Act Of 2018 Compliant Risk Assessment and Emergency Response Plan

Agency: San Antonio Water System
State: Federal
Type of Government: State & Local
NAICS Category:
  • 541330 - Engineering Services
  • 541611 - Administrative Management and General Management Consulting Services
  • 541620 - Environmental Consulting Services
  • 541690 - Other Scientific and Technical Consulting Services
Posted Date: Mar 20, 2024
Due Date: Apr 17, 2024
Solicitation No: Q-24-001-LE
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
2024 America's Water Infrastructure Act Of 2018 Compliant Risk Assessment and Emergency Response Plan
Solicitation No. Q-24-001-LE

Status: Currently Accepting Submissions

Due Date: 10:00 AM Wednesday, 4/17/24

REQUEST FOR QUALIFICATIONS

2024 AMERICA’S WATER INFRASTRUCTURE ACT OF 2018 COMPLIANT

RISK ASSESSMENT AND EMERGENCY RESPONSE PLAN

RELEASE DATE: March 20, 2024

SOLICITATION NO: Q-24-001-LE

DEADLINE: April 15, AT 2:00 P.M. (CDT)

**ELECTRONIC SUBMISSIONS ONLY**

The San Antonio Water System (SAWS) is pursuing services from qualified engineering firms (Respondents) to conduct an assessment (the Assessment) of the risks to and the resilience of SAWS’ potable water system (the System) and update the SAWS’ Emergency Response Plan (ERP) that incorporates the findings of the Assessment. Statements of Qualifications (SOQs) from Respondents are being accepted in connection with this project. The Assessment and the ERP must comply with the requirements of America’s Water Infrastructure Act of 2018, 42 U.S.C.A. §300i-2.

Estimated Timeline

March 20, 2024.............................................................................. RFQ Released

April 3, 2024 by 5:00 p.m (CDT).................................................. Receipt of Written Questions Due

April 10, 2024 by 5:00 p.m (CDT)................................................. Q & A Posted to Website

April 17, 2024 by 10:00 a.m (CDT) .............................................. SOQs Due

April/May 2024.............................................................................. SOQs Evaluated

April/May 2024............................................................................... Interviews, if necessary

June 4, 2024 ................................................................................... SAWS Board Consideration and Award

June 2024........................................................................................ Non-Selection Notices mailed

June 2024........................................................................................ Start Work

The dates listed above are subject to change without notice.

Notify Me


Receive updates sent straight to your inbox.
Subscribe
Interested Firm List
Firms who have obtained the RFQ proposal.
Downloads
Full RFQ Proposal
Note: You will be prompted to login to access the full proposal document.

Evaluation Criteria Forms in WORD - Attachment II


Mar. 20, 2024



Questions? Please contact

Lindsay Esquivel

at 210-233-3409
|

Receive Email Updates
|

Registration Agreement

Attachment Preview

Test Title

Attachment II

Evaluation Criteria Forms

Team Experience and Qualifications

When filling out the form below, use only the space provided in this form, unless otherwise indicated. If all fields are not completed, the Respondent is at risk of being rejected due to non-responsiveness. It is not acceptable to indicate “see attached” on this form.

1. For both Respondent and key sub-consultant(s)/sub-agents, provide the following:

a. Work history and specific experience as it relates to the scope of services outlined in this RFQ..(3-page limit)


Attachment II

Evaluation Criteria Forms (continued)

Team Experience and Qualifications

2. Using separate 8 ½” x 11” sheet(s), titled “Team Qualifications and Experience – Resume” inserted immediately following this section,provide resumes for Key Personnel for the Prime Consultant and Key Subconsultant(s), on the capabilities, experience, and qualifications of each team member. One resume per person with each resume not to exceed two (2) pages. The Project Manager’s resume should be first.

(As part of this criteria, use the checkboxes below to ensure the information above is understood and information provided follows the guidelines listed above.)

Resumes shall include the following information:

◊ Project Manager’s resume is first

◊ Resumes do not exceed two (2) page(s) each

◊ All resumes provided shall include the following information:

i. Name, job title, education

ii. Number of years of total professional experience

iii. Number of years/months with current firm

iv. Number of years/months of experience in proposed role for this project

v. Description of professional qualifications to include degrees, licenses, certifications, and associations.

vi. Brief overview of professional experience including the unique qualifications of each key sub-consultant as it relates to the scope of services in the RFQ.


Attachment II

Evaluation Criteria Forms (continued)

Team Experience and Qualifications

3. Indicate the availability of Respondent and Sub-consultant staff for this project. (3-page limit)


Attachment II

Evaluation Criteria Forms (continued)

Team Experience and Qualifications

4. Identify what portions of the scope will be assigned to each team member. (3-page limit)


Attachment II

Evaluation Criteria Forms (continued)

Team Experience and Qualifications

5. Provide a summary detailing the unique qualifications of each sub-consultant. (3-page limit)


Attachment II

Evaluation Criteria Forms (continued)

Similar Projects and Past Performance (30 points)

When filling out the forms below, use only the space provided in this form, unless otherwise indicated. If all fields are not completed, the Respondent is at risk for being rejected due to non-responsiveness. It is not acceptable to indicate “see attached” on this form.

Using the tables below, list three (3) previous completed projects in the last five (5) years in which Respondent has performed services similar to those sought in this RFQ.

Project #1 Name:

Name of Client / Utility

Valid Point of Contact Information

Contact Name:

Phone:

Email:

Location (City and State)

Duration of Assignment (Start and End Date)

Description of scope of work performed/completed

Respondents Role in the Project

(If valid contact information is not provided, Respondent’s score for this criterion may be reduced and/or Respondent’s proposal may be deemed non-responsive.)


Attachment II

Evaluation Criteria Forms (continued)

Similar Projects and Past Performance

Project #2 Name:

Name of Client / Utility

Valid Point of Contact Information

Contact Name:

Phone:

Email:

Location (City and State)

Duration of Assignment (Start and End Date)

Description of scope of work performed/completed

Respondents Role in the Project

(If valid contact information is not provided, Respondent’s score for this criterion may be reduced and/or Respondent’s proposal may be deemed non-responsive.)


Attachment II

Evaluation Criteria Forms (continued)

Similar Projects and Past Performance

Project #3 Name:

Name of Client / Utility

Valid Point of Contact Information

Contact Name:

Phone:

Email:

Location (City and State)

Duration of Assignment (Start and End Date)

Description of scope of work performed/completed

Respondents Role in the Project

(If valid contact information is not provided, Respondent’s score for this criterion may be reduced and/or Respondent’s proposal may be deemed non-responsive.)


Attachment II

Evaluation Criteria Forms (continued)

Project Approach

1. Discuss the Respondent’s strategies for accomplishing each of the three phases outlined in the scope of services. Additionally, provide timelines for each phase, and discuss the Quality Assurance and Quality Control (QA/QC) methods Respondent intends to utilize for each of the phases. The plan should provide, at a minimum, steps to accomplish each phase and a proposed timeline. Emphasis should be given to maximize efficiencies in procedures to ensure that SAWS meets its goal in a timely manner. (3-page limit)

a. Assessment – Include a discussion of methods Respondent will employ.

b. Development of Specifications – How will the specifications be determined and how they will be presented.

c. Development of the Security Master Plan – Cover all aspects of the standards being employed and how the plan will be presented to SAWS.

d. Implementation – Discuss how Respondent will provide consultation and guidance during the implementation of the SAWS Security Master Plan.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow EPASS Task Order Phasing Plan Active Contract Opportunity Notice ID 12-13-2019 Related

Federal Agency

Follow EPASS Task Order Phasing Plan Active Contract Opportunity Notice ID 12-13-2019 Related

DEPT OF DEFENSE

MARINE AND BIOLOGICAL RESOURCES MONITORING AND PROGRAM MANAGEMENT SERVICES CONTRACT Active Contract Opportunity

Federal Agency

Bid Due: 5/22/2024

Follow EPASS Task Order Phasing Plan Active Contract Opportunity Notice ID 12-13-2019 Related

Federal Agency