Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
MODIFICATION

C -- HSFE60-12-R-0037

Notice Date
6/27/2012
 
Notice Type
Modification/Amendment
 
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-0037
 
Archive Date
9/30/2012
 
Point of Contact
Minh Ha Do, Phone: 2026462514, Ronald O. Ortega, Phone: 2026462964
 
E-Mail Address
minh-ha.do@associates.fema.dhs.gov, RONALD.ORTEGA@FEMA.GOV
(minh-ha.do@associates.fema.dhs.gov, RONALD.ORTEGA@FEMA.GOV)
 
Small Business Set-Aside
N/A
 
Description
Performance-Based Seismic Design (PBSD) Synopsis: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT IS A STANDARD FORM (SP) 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. Solicitation Number: HSFE60-12-R-0037 Classification Code: C - Architect and Engineering Services. NAICS Code: 541330 1. Background information Performance-Based Seismic Design (PBSD) is a concept that permits the design and construction of buildings with a realistic and reliable understanding of the risk of life, occupancy and economic loss that may occur as a result of future earthquakes or other significant loading events. PBSD is based on an evaluation of a building's design to determine the probability of experiencing different types of losses, considering the range of potential earthquake events that may affect the facility. The desired performance level for a structure, along with a specified level of seismic shaking, are defined at the initiation of the structure's design process. The decision-maker then selects one or more of these performance levels, and an input ground motion event or hazard level for which this performance is to be achieved. The designer would then utilize a PBSD assessment procedure that is intended to allow for the determination as to whether these various performance levels are met or exceeded for the selected design hazard. Following the PBSD process, the building design would then be adjusted until the performance assessments indicate a risk of loss that is deemed acceptable by the building owner or regulator. The PBSD process may be used by the owner or their design team to: • Design individual critical facilities that are more loss-resistant than typical buildings designed using prescriptive criteria; • Design individual critical facilities with a higher confidence that they will actually be able to perform as intended after, or even during, a design event; • Design individual facilities that are capable of meeting the performance intent of the prescriptive criteria, but at lower construction cost than would be possible using the prescriptive criteria; • Investigate the performance of typical structures designed using the prescriptive provisions of the building code and develop judgments as to the adequacy of this performance; or • Formulate possible improvements to the prescriptive provisions contained in the building code so that more consistent and reliable performance is attained by buildings using these provisions FEMA contracted with the Applied Technology Council (ATC) to initiate the Phase 1: Development of a Seismic Performance Assessment Methodology. Phase 1, which will be completed in Fiscal Year 2012, will result in the publication of Guidelines for Performance Assessment (FEMA P-58-1). These Performance Assessment Guidelines could be used directly to evaluate the performance of new and existing structures, by applying standard methods of structural analysis, coupled with structural reliability/loss estimation methods. The project plan of action was originally developed by the Earthquake Engineering Research Institute (EERI) and published by FEMA in April 2000 as Action Plan for Performance-Based Seismic Design (FEMA-349). The FEMA-349 plan extended over an implementation period of ten years and required funding in amounts ranging from $20 to $27 million (1998 dollars). The FEMA-349 Action Plan for Performance-Based Seismic Design defined six products essential to the creation and implementation of comprehensive, acceptable Performance-Based Seismic Design Guidelines: Phase 1: i. A Program Management Plan that incorporates a broadly based oversight group (the Steering Committee) to shepherd and promote the development of the Guidelines (over an extended period of time, say up to 10 years), and an education and implementation strategy to facilitate the use of the Guidelines. ii. Structural Performance Products that quantify performance levels, specify how to evaluate a building's performance capability for a specified level of seismic hazard and with a defined reliability or level of confidence, and provide guidance on how to design a structure to meet a given performance level for a specified level of seismic hazard (with defined reliability). iii. Nonstructural Performance Products that provide engineers with the capability to evaluate and design nonstructural components, such as partitions, piping, HVAC equipment (heating, ventilation, and air conditioning), with the goal of ensuring that such components will meet a specified level of performance for a specified level of seismic hazard (with defined reliability). iv. Risk Management Products that provide methodologies for calculating the benefits of designing to various performance objectives and to make rational economic choices about the levels of performance desired, the levels of confidence desired, and the comparative costs to reach those levels. Phase 2: v. Performance-Based Seismic Design Guidelines that provide methodology and criteria for design professionals, material suppliers, and equipment manufacturers to implement performance-based design. vi. A Stakeholders Guide that explains performance-based seismic design to non-technical audiences, including building owners, managers, and lending institutions. 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. The resulting contract will be a Firm Fixed Price (FFP), with five (5) ordering periods covering a total of 60 months from the date of award. (A twelve (12) month Base Period and 4 twelve (12) month option periods). The minimum value of this contract will be $50,000. 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 the evaluation criteria presented in this notice. 6. Evaluation Criteria Factors Because the National Earthquake Hazards Reduction Program (NEHRP) is Congressionally authorized and mandated to be a national program, the development of performance-based seismic design guidance must be done in a manner that will be acceptable to 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 a nationally recognized engineering development organization that is intimately familiar with seismic research, design and construction, training and outreach, is able to bring together the nation's leading experts in all of the related fields, has 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. The following criteria are necessary for a contractor to successfully deliver "Development of Performance Based Seismic Design Guidelines - Phase 2." 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 a minimum of two and a maximum of six example projects within the past five (5) years to demonstrate specialized experience. The following six (6) criteria will be used: Criteria #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. Criteria #2 : Demonstrated experience in working with academic researchers and research programs in general and the NSF Network for Earthquake Engineering Simulation (NEES) in particular in identifying and utilizing research results to address advanced seismic and seismic-related technical issues. Criteria #3 : Demonstrated experience in the development of government, industry or NGO seismic and seismic-related multi-hazard technical design and construction resource guidance documents and related training products. Criteria #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. Criteria #5 : Demonstrated experience in the development of training materials and related marketing/ outreach programs that promote the use seismic and multi-hazard technical design and construction guidance products and in conducting such training and outreach programs. Criteria #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 a 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 contract length. Since the contractor will be managing multiple tasks 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 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 June 29th, 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. 7a. The intent is to provide answers to due diligence questions timely received by close of busines, Monday 02 July 2012. 8. SF-330 Due date SF-330s are due on July 18th, 2012 at 11 AM (Eastern Time). Email of electronic copy must be received by the Contract Specialist by the due date/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 any responsive documentation showing project experience and personnel who will perform the work. Electronic copy format: • Electronic copy shall be submitted on an individual CD/DVD or 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. Electronic copy can be submitted via email to the Contract Specialist at minh-ha.do@associates.fema.dhs.gov with a copy to the Contracting Officer at Ronald.Ortega@fema.dhs.gov. 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-0037 • Address: 395 E St. SW Washington D.C. 20472-3205 Stop Number: 3215 Attn: Contract Specialist - Ms. Minh-Ha Do / Contracting Officer: Mr. Ronald Ortega Room: Mitigation Section, 5th Floor
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/FFMD/HSFE60-12-R-0037/listing.html)
 
Record
SN02787818-W 20120629/120627235529-82e00ba75496e6a5e141c93fe86d1586 (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.