SOURCES SOUGHT
B -- Blast and Fire Behavior Modeling and Analysis
- Notice Date
- 6/15/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
- ZIP Code
- 26106-5312
- Solicitation Number
- RFI-CSB-10-0063
- Archive Date
- 7/7/2010
- Point of Contact
- A. Dotson, Fax: 304-480-7203
- E-Mail Address
-
psb2@bpd.treas.gov
(psb2@bpd.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) for market research purposes, not a request for quotations. The purpose of this announcement is to determine the number of vendors interested in participating in a solicitation for the services described below. Any interested vendor wishing to participate must respond to the attention of A. Dotson at psb2@bpd.treas.gov before 12:00 noon EDT on July 6, 2010. Only timely responses consisting of a Word document with the following details will be considered: • Business Name and Address • Business DUNS number (if any) • Business size • Point-of-Contact (POC) o Name o Phone Number o Electronic Mail (Email) Address • Capabilities Statement (must address the elements as described in the Capabilities Statement section below) It is the responsibility of any interested offeror to ensure electronic responses are received. BPD assumes no responsibility for the receipt of email. The responses received to this RFI will assist the government in determining the most proper acquisition strategy and the proper set-aside preference group, if any, which promises the greatest chance of fair competition. It is not guaranteed that any solicitation will be issued. No other information regarding this requirement will be provided at this time. CAPABILITIES STATEMENT The services desired by the Chemical Safety and Hazard Investigation Board (CSB) involve modeling the behavior of large vapor clouds before and after ignition, blast effects, fire behavior in large facilities, and overpressure isobar mapping. Each respondent to the RFI wishing to be considered for inclusion in any solicitation must provide the following information at a minimum: 1. Detailed, written qualifications for each individual (curriculum vitae or equivalent) proposed to perform and oversee the blast effects and fire behavior services. The contractor must have extensive experience with blast effects, blast modeling, fire science, fire behavior, fire behavior modeling, and the tools (i.e., computer models) suitable for performing the scope of work. They should have extensive experience with fire and explosions involving vapor clouds, flammable gases, liquids, and combustible dusts. 2. A narrative description of prior work history by the contractor that is similar to the work described in the general statement of requirements and services sections below. If subcontractors are proposed for any portion of the work, the prior work history MUST include demonstration of past performance by the proposed subcontractor(s) as well. The CSB wishes to emphasize that mere lists of previous clients are not considered demonstrations of past work, and that the expectation of fulfillment of this requirement is a paragraph or more describing actual project experience that is very similar or identical in nature to the work required here. 3. Detailed description of the model or models possessed by the contractor for fulfilling the tasks listed below. GENERAL STATEMENT OF REQUIREMENTS On October 23, 2009, a vapor cloud explosion and subsequent fires occurred at the Caribbean Petroleum Corporation fuel depot at the Luchetti Industrial Park in Bayamon, Puerto Rico. The company receives and distributes bulk fuel products such as gasoline, diesel, and jet fuel. Minor injuries occurred, but the tank farm was nearly completely destroyed. Extensive offsite damage occurred including hundreds of broken windows, interior damage, and mild structural steel deformation. The objective of this procurement is to obtain the services of a contractor to examine field data collected by the CSB, including pictures and videos of the incident scene and surrounding community, for blast damage markers; model the spread of vapor throughout the site based on release scenarios, and topographic and meteorologic data; calculate the overpressures required to produce the observed damage; and perform blast modeling for various scenarios to establish the likely magnitude and source of the blast(s). In addition, the contractor shall perform fire behavior modeling to understand the rapid spread of fire through the site. SERVICES: Task 1: Using information from the CSB's survey, evaluate the blast impacted area in and around the facility to identify blast damage markers to reconstruct key blast characteristics. The CSB's survey documented the severity of damage to and the location and orientation of homes, business, and other structures in the area by means of photography and written diagrams and/or notes. Task 2: Perform structural analysis with blast load indicators to determine the incident overpressure. Task 3: Using appropriate computer-based tools, model the behavior and spread of the vapor cloud using multiple release scenarios. Task 4: Perform the following: • Calculate or otherwise estimate the overpressures, and other explosion characteristics, required to cause the observed damage. • Develop overpressure isobar map for the area of the incident. • Use appropriate computer software to evaluate various explosion scenarios to account for the observed damage and calculated overpressures. Task 5 Using video and photographic evidence, contractor shall evaluate and model the fire behavior and fire propagation during the incident following the explosion. PERIOD OF PERFORMANCE The period of performance is expected to be for one (1) year and will be specified at award. SPECIAL TERMS AND CONDITIONS Confidentiality: If this RFI results in the issuance of a solicitation and award of a contract, the selected contractor, and its personnel assigned to the contract, will be required to execute a non-disclosure agreement to ensure the protection of trade secrets, confidential business information, and sensitive investigative information. The contractor will also be required to ensure that any subcontractors supporting the contract execute equivalent non-disclosure agreements. Conflicts of Interest: If this RFI results in the issuance of a solicitation and award of a contract, the selected contractor will be required to agree to a set of CSB-specific supplemental contract terms. These terms include, among other provisions, the following conflicts of interest clause: Organizational Conflicts of Interest a. Contractor, its personnel, and any other person or entity performing work for Contractor on behalf of the CSB, shall execute a certification of non-conflict of interest. Such executed certification constitutes the signatory's acknowledgement that he has read and understood the requirements of this clause and agrees to abide by its terms. b. Contractor and its personnel performing work for the CSB under this contract should not be placed in a conflicting role because of current or planned interests (whether financial, contractual, organizational, or otherwise), which relate to the work performed under this contract, nor should Contractor obtain an unfair competitive advantage over other parties by virtue of its performance under this contract. c. Contractor warrants that, to the best of its knowledge and belief, there are no relevant facts or circumstances which could give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, or in the alternative, warrants that it has fully disclosed all such relevant information. Additionally, during the term of this contract, Contractor agrees to forego entering into any other contractual arrangements with any firm or organization, the result of which may give rise to a conflict of interest with respect to the work being performed under this contract. Contractor shall ensure that all agents, employees, and subcontractors retained for any purpose under this contract abide by the provisions of this entire clause. If Contractor has reason to believe, with respect to itself or any of its agents, employees, or subcontractors, that any proposed contractual arrangement with any firm or organization may involve a potential conflict of interest, the contractor shall obtain the written approval of the Contracting Officer and the General Counsel of the CSB before the execution of such contractual arrangement. d. Contractor further agrees that if, after it commences work for the CSB, it discovers organizational conflicts of interest with respect to this contract, it shall make an immediate and full disclosure in writing to the Contracting Officer and the General Counsel of the CSB. It is agreed that this disclosure will include a description of the action that Contractor has taken or proposes to take to avoid or mitigate the conflicts. Contractor shall continue performance until notified by the Contracting Officer of any contrary and/or supplemental action to be taken. e. It is the specific responsibility of Contractor to ensure that any and all subcontractors, and any subcontractors' employees, are free from conflicts of interest. Contractor warrants that no subcontractors already identified, or any of their subcontractors' employees, have an identifiable conflict of interest. It is further agreed that, in the event a conflict of interest is discovered after award of the subcontract, the same rules for disclosure, and all of the same remedies open to the CSB, described below, remain binding. Contractor further agrees to insert in each subcontract or agreement done in furtherance of this contract, provisions which shall conform substantially to the language of this entire clause. f. During the period of performance under this contract, Contractor specifically agrees not to represent, assist, be employed by, or otherwise perform any services or functions for Caribbean Petroleum Corporation; or for Caribbean Petroleum's agents, insurers, or successors in interest (but only to the extent that work for such agents, insurers, or successors in interest would pertain to the October 23, 2009, explosion and fires); or for any other entity or individual that is the subject of an open CSB investigation. Contractor also agrees not to represent, assist, be employed by, or otherwise perform any services or functions for Caribbean Petroleum Corporation; or Caribbean Petroleum's agents, insurers, or successors in interest (but only to the extent that work for such agents, insurers, or successors in interest would pertain to the October 23, 2009, explosion and fires), for a period of 6 months after final completion of the contracted services rendered to the CSB. Additionally, if Contractor performs work for the CSB under contract at the site of an official CSB investigation, Contractor agrees not to solicit work at that site from the entity or individual being investigated for a period of 6 months after the issuance of the final CSB report on that investigation. g. Notwithstanding the immediately foregoing prohibitions, the Contracting Officer and the General Counsel of the CSB may authorize Contractor to solicit or perform this general type of work if the Contracting Officer and the General Counsel determine that the situation will not pose a potential for bias or unfair competitive advantage, and that the Contracting Officer and the General Counsel of the CSB approve of the proposed solicitation or work. h. For breach of any of the above restrictions, or for intentional nondisclosure or misrepresentation of any relevant conflicts of interest required to be disclosed concerning this contract, or for such erroneous representations that necessarily imply bad faith, the CSB may terminate the contract for default, disqualify Contractor from subsequent contracts, and pursue other remedies permitted by law or this contract. Notwithstanding these remedies, however, the CSB may always terminate the contract for convenience, in whole or in part, if termination is in the best interests of the government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-CSB-10-0063/listing.html)
- Place of Performance
- Address: Luchetti Industrial Park Bayamón, Puerto Rico and Contractor Facility, United States
- Record
- SN02177554-W 20100617/100615235046-2b468757d317b1b989f49a27b3aa2cce (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 |