Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2012 FBO #3861
SOLICITATION NOTICE

C -- Seismic Techncal Guidelines and Development Support - DRAFT SOW STGDS 6-18-2012

Notice Date
6/18/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Mitigation Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE60-12-R-0036
 
Archive Date
8/2/2012
 
Point of Contact
Nathan J. Wolf, Phone: 202-646-4082, Ronald O. Ortega, Phone: 202-646-2964
 
E-Mail Address
nathanj.wolf@fema.dhs.gov, ronald.ortega@fema.dhs.gov
(nathanj.wolf@fema.dhs.gov, ronald.ortega@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SF 330 Past Performance Questionnaire Template STGDS 6-18-2012 Draft Statement of Work for STGDS Presolicitation 6-18-2012 Synopsis: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT IS A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. This is a request a submission of a Standard Form 330 in accordance with the FAR Subpart 36.6. This announcement constitutes a notice of intent to contract Architect and Engineer Services. Submission to this notice of intent is not considered a proposal. Synopsis/Solicitation Number: HSFE60-12-R-0036. Classification Code: C - Architect and Engineering Services. NAICS Code 541330 1. Background information The Federal Emergency Management Agency (FEMA) has the goal of reducing the ever-increasing cost that disasters inflict on our country. Preventing losses before they happen by designing and building a community's structures to withstand anticipated forces from these hazards is one of the key components of mitigation. Mitigation is the only truly effective way of reducing the cost of these disasters and advance the whole of community concept. As part of its responsibilities mandated under the National Earthquake Hazards Reduction Program (NEHRP), and in accordance with the National Earthquake Hazards Reduction Act of 1977 (PL 94-125) as amended, FEMA is charged with supporting mitigation activities necessary to improve technical quality in the field of earthquake engineering. The primary method of addressing this charge has been supporting the investigation of seismic and seismic-related multi-hazard technical issues as they are identified by FEMA, the development and publication of technical design and construction guidance products, the dissemination of these products, and support of training and related outreach efforts based on these products. These voluntary resource guidance products present criteria for the design, construction, upgrade, and function of buildings subject to earthquake ground motions in order to minimize the hazard to life for all buildings, increase the expected performance of higher occupancy structures, and improve the capability of essential facilities to function during and after earthquakes anywhere in the United States. They ultimately serve as the basis for future changes to the nation's building codes and improve the nation's resiliency in reducing future earthquake losses. FEMA has had considerable success in attracting some of the best earthquake engineers and scientists to assist in the development of these FEMA resource products. Because of this, our products have been widely used by practicing design professionals and building officials, and the techniques and technologies contained in these products are being incorporated into the nation's model building codes and consensus and industry standards. The fact that the International Building Code (IBC), the NFPA-5000 Building Code, and the nationally recognized American Society of Civil Engineers ASCE-7 minimum design loading standard have all revised their seismic requirements to incorporate material from our resource products is one of the premier successes of the NEHRP and FEMA. 2. Scope of Work Please refer to the DRAFT Statement of Work attached to this notice. 3. Location The primary place of performance will either be the Contractor's facilities or at another location involving the least cost to the specific Task Order. It is anticipated that most of the work will be performed on the West Coast, where most of the country's earthquake expertise resides, with very few visits to FEMA required. 4. Contract Information FEMA will utilize the procedures in FAR Subpart 36.6, Architect-Engineer Services, to conduct this acquisition. This Indefinite Delivery Indefinite Quantity (IDIQ) contract will be a Firm Fixed Price (FFP), with a term of 60 months. The minimum value of this contract will be $50,000. Individual task orders will be issued to fulfill Agency requirements. Firms will be evaluated, rated and ranked, by the A-E Evaluation Board. A maximum of five (5) most qualified firms will be invited to partake in discussions with the Evaluation Board and will again be rated. A most preferred firm will be selected. The most preferred firm shall be invited to submit a Technical and a Business Proposal in response to a Request for Proposal. THIS IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED WITH THIS NOTICE. 5. SF330 form information: Part I - Contract-Specific Qualifications: A prime or joint venture SF 330 Part I submittal must not exceed forty (40) pages, 8 1/2" x 11" front side only. Charts and drawings will be counted as two pages if submitted on 11 x 17" size paper. Double-sided pages shall be counted as two pages. The 40 page limit does not apply to Part II of the SF 330. Front and back cover pages and tab pages will not be counted in the page limit nor will these pages be evaluated; i.e., any information listed on these pages will be ignored. All pages following the first forty (40) pages will not be considered. All other material such as brochures or samples of work, attachments or extra pages will not be considered. Part II - General qualifications: Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. There is no page limit on Part II. All submittals, to include portions from subcontractors, shall use a type pitch that is no smaller than a standard eleven-point font type, with the exception of charts, graphs, or tables, which shall use a pitch no smaller than 10-point. Joint ventures must include a copy of the legal joint venture agreement with the chief executive of each entity identified. Copies of agreements between firms participating in a prime/subcontractor relationship must also be included in the submittal. The joint venture and the prime/subcontractor documents will not be subject to a page limitation. Any firm with a joint venture or subcontractor relationship must list the percentage and type of work that will be performed by each participating firm. The Source Evaluation Board (SEB) will assess, analyze, evaluate, and rate Offerors' submissions in accordance with the evaluation criteria presented in this notification. 6. Evaluation Criteria Factors Specialized experience is critical in performing "Seismic Technical Guidelines and Development Support (STGDS)" task orders. Congressionally mandated National Earthquake Hazards Reduction Program (NEHRP), a national program, requires the STGDS program be accepted and utilized by the nation's engineering and design communities as well as the nation's model building code and standards organizations. This will require contracting with an engineering development organization experienced with seismic research; design and construction, training and outreach; able to bring together the nation's leading experts in all of the related fields; have demonstrated extensive experience working with both nation's engineering and design professionals as well as representatives from the user communities; and demonstrated extensive experience working with the development of design and construction standards and codes throughout the country. Evaluation criteria will conform to FAR Subpart 36.602-1(a) which identifies 6 factors indicated below as 6.1 through 6.6. 6.1 Professional qualifications necessary for satisfactory performance of required services List and describe the professional qualifications and specialized experiences in providing services similar to any and all of those described in this announcement for the proposed team members (including all subcontractors and subconsultants). This evaluation factor will be assessed from the SF 330 submission identifying key personnel. 6.2 Specialized experience and technical competence in the type of work required The Offeror shall submit minimum of two and a maximum of four example projects within the past five (5) years to demonstrate specialized experience. The following six (6) criteria will be used: Criterion 1 Demonstrated experience in the investigation of seismic technical issues as identified either as a result of the enforcement of seismic building codes or in the investigation of post-earthquake building performance. Ratings: Criterion 2 Demonstrated experience in working with academic researchers and research programs in general and the National Science Foundation (NSF) Network for Earthquake Engineering Simulation (NEES) in particular in identifying and utilizing research results to address advanced seismic and seismic-related technical issues. Criterion 3 Demonstrated experience in the development of government, industry or Non- Governmental Organization (NGO) seismic and seismic-related multi-hazard technical design and construction resource guidance documents and related training products.. Criterion 4 Demonstrated experience in working with earthquake-related issues such as tsunami and earthquake induced ground failures, including landslide, liquefaction and slumping. This would also include earthquake-induced building failures such as progressive collapse. Criterion 5 Demonstrated experience in development of training materials and related marketing/ outreach programs that promote use of seismic and multi-hazard technical design and construction guidance products and in conducting such training and outreach programs. Criterion 6 Demonstrated ability to enlist and subcontract with nationally recognized experts in the following fields: structural engineering, civil engineering, architecture, earth science, geotechnical, construction management, code development and enforcement, public policy, training, and academic research. 6.3 Capacity to accomplish the work in the required time This evaluation factor will be assessed from the SF 330 submission identifying "Example projects which best illustrate proposed team's qualifications for this contract". The Offeror shall submit minimum of two and a maximum of four example projects within the past five (5) years. These example projects should be similar to the requirement under this announcement in terms of size (i.e. dollar value), and task length. Since the contractor will be managing multiple task orders simultaneously, the example projects will also demonstrate the contractor's in-house experience in developing and managing multiple complex technical seismic design and construction guidance projects. This requires a demonstrated in-house earthquake engineering capability to ensure satisfactory product quality control. 6.4 Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules The contractor shall provide a minimum of three and a maximum of five references. The attached Past Performance template provides for identification of client's point of contact and should be used to the extent practicable. The Government will assess the past performance on projects submitted and reserves the right to conduct telephone interviews or to request a written response with points of contact identified in the Past Performance template. In addition, the Government may review any other sources of information for evaluating past performance of the respondent. If the past performance references were insufficient to demonstrate meaningful past performance (i.e. less than 3 past performance records, or past performance submissions are not relevant in terms of size, scope and complexity) a neutral rating will be given. A neutral rating will not be used to the advantage or disadvantage of the offeror. If a Neutral rating is made, Past Performance will not be used in the overall rating. 6.5 Location in the general geographical area of the project Location is not considered under the evaluation as the application of the work is nationwide. Therefore, location factor will not be used for the evaluation of this requirement. 6.6 Acceptability under other appropriate evaluation criteria Program Management Plan (PMP): The PMP should be brief and include an explanation of the firm's management approach, management of subcontractors/consultants (if applicable), specific quality control plan used, and an organizational chart showing the inter-relationships of management and various team components (including subcontractors/consultants). If a Joint Venture (JV) is proposed, the JV inter-relationships shall be described. 7. Due diligence question due date All questions regarding this announcement must be submitted by email by Friday, June 29, 2012, at 11 AM (Eastern Time) to the Contract Specialist with a copy to the Contracting Officer. Late questions may be answered at the option of the Contracting Officer. 8. SF-330 Due date SF-330s are due on Wednesday, July 18, 2012 at 11 AM (Eastern Time). Late SF-330s will not be accepted. Please follow the submission instructions indicated in the submission structure. 9. Submission Structure Offerors shall submit - One (1) electronic copy of the completed form SF330 and all other responsive documents showing project experience and personnel who will perform the work, Electronic copy format: • Each electronic copy shall be submitted on an individual CD/DVD or by email. • Text documents or parts of documents should be in printable, searchable Portable Document Format (PDF). • Charts, graphs, spreadsheets and other numerical documents shall be submitted in printable, Microsoft Excel format. • Charts, graphs and spreadsheets shall retain all formulas and references. If delivery is other than by email, the following information must appear on the face of all forms and on the outside of the envelope: • Submitted in Response to RFP: HSFE60-12-R-0036 • Contract Specialist: Nathan Wolf • Contracting Officer: Ronald O. Ortega • Address: 395 E St. SW Washington D.C. 20472-3205 Room: Mitigation Section, 5th Floor Electronic copy can be submitted via email to the Contract Specialist at nathanj.wolf@fema.dhs.gov and Contracting Officer at ronald.ortega@fema.dhs.gov. 10. Attachments Standard Form 330 Draft Statement of Work Past Performance Questionnaire Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/FFMD/HSFE60-12-R-0036/listing.html)
 
Place of Performance
Address: Anywhere in the US, United States
 
Record
SN02778459-W 20120620/120618234733-1284d9bb3cfdc3d6e2dfcf353ad4c5c2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.