The RFP Database
New business relationships start here

NEHRP 2020 GUIDELINES


District Of Columbia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation Number:
HSFE6015I0005
Notice Type:
Sources Sought
Synopsis:
HSFE6015I0005

C - Architect Engineering Services
General Information
Document Type: Sources Sought Notice including Synopsis
Solicitation Number: HSFE60-15-I-0005
Posted Date: February 27, 2015
Archive Date: March 27, 2015
Original Response Date: March 13, 2015
Current Response Date: March 13, 2015
Classification Code: C - Architect Engineering Services
NAICS Code: 541330- Engineering Services
Contracting Office Address
DHS - Federal Emergency Management Agency, Acquisition Operations Division, Mitigation Branch, 395 E Street, Washington, DC, SW 20472-3205
Description



This SOURCES SOUGHT NOTICE is for small businesses only. The purpose of this sources sought notice is to determine the interest and feasibility of small business set-asides. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help FEMA, Acquisition Operations Division, Mitigation Branch, plan their acquisition strategy or plan.


PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME.
FEMA, Acquisition Operations Division, Mitigation Branch, is conducting a market survey to determine the availability and technical capability of qualified small businesses, including small business set-asides, small disadvantaged businesses (SDB), 8(a) small businesses, woman-owned small businesses (WOSB), veteran owned small businesses (VOSB), service-disabled veteran-owned small businesses (SDVOSB), and Historically Under-utilized Business Zone (HUBZone) small businesses capable of providing advertising and professional technical services.


All responding small business firms are requested to identify their firm's size and type of business to the anticipated North American Industrial Classification System (NAICS) code. For this acquisition, the NAICS code is 541330, and the Small Business Standard is $15 million. Teaming arrangements and joint ventures will be considered based on the Government's market research, provided the prime contract is awarded to an applicable small business and that small businesses provide over fifty percent or more of the work or services solicited. Respondents should address their ability to comply with the limitations on subcontracting in addition to providing the following:



Please submit the following information:


1. Name and address of company and or companies (if there is a teaming arrangement or joint venture);
2. Technical expertise relevant to the requirement;
3. Technical approach relevant of the requirement;
4. Management approach relevant to the requirement;
5. Corporate experience relevant to the requirement;
6. Relevant past performance, including:
• Contract name
• Contracting Agency or Department
• Yearly contract value (in $)
• Period of performance
• Description of work and how it relates to the requirements


Submission requirements:
1. Page limit - eight (8) 8 ½ x 11 pages;
2. 1 inch margins (top, bottom and sides);
3. Times New Roman font - 12 point;
4. Page limitation does not include (1 cover page or 1 letter of introduction page);
5. Do not include promotional materials.


Interested small business firms responding to this market survey must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed eight (8) pages (edit number of pages as needed) in TOTAL, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience & capabilities based on: 1) technical expertise relevant to the requirement; 2) management approach relevant to the requirement; 3) corporate experience relevant to the requirement, and 4) relevant past performance. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses.


Your capability statement needs to include a list of three customers (Government/non-Government) within the past 5-years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work.


Background:
Department of Homeland Security, Federal Emergency Management Agency (FEMA) is obligated to support implementation activities that improve the technical quality of design in the field of earthquake engineering. One of the key methods of accomplishing this commitment has been the establishment of an ongoing process of updating and maintaining the National Earthquake Hazards Reduction Program (NEHRP) Recommended Provisions for New Buildings and Other Structures through contracts with the Building Seismic Safety Council (BSSC) of National Institute of Building Sciences. The next major milestone is to establish the 2020 edition of the national code-resource and the related supporting guidelines.


Potential Requirements:
It is anticipated that a Contractor will be required for efforts to support and meet the primary objective of FEMA NEHRP including: investigation, development, publication, distribution, implementation, training and support of technical guidance resources, and support for promotion and implementation of strong seismic design standards and building codes for the nation. Under this objective, the contract shall seek services by the Contractor to:
• organize, manage, develop and disseminate the 2020 edition of the NEHRP Recommended Seismic Provisions, Commentary and New Resources and other supporting tools and products;

• strive for national and State building codes to maintain essential equivalency to the NEHRP Provisions through technical assistance to national code and standard development process;


• assist in review, identification and evaluation of issues and needs of the engineering design community, and develop solutions, problem-focused studies and recommendations for implementation by the practicing community;


• provide support for building earthquake and multi-hazard resilient communities through implementation of research results, new technologies and best practices.
Other functions and responsibilities will include:
1. Develop and maintain a formal consensus process consisting national subject matter experts to support the technical development and evaluation of key code-resource documents to be produced under this contract. The Contractor shall need to demonstrate the organization, management and charter of the formal consensus process in the NEHRP community. Task orders to be issued shall include, but not limited to utilization of the consensus process to develop and evaluate new information to update the NEHRP Provisions and related publications, addressing of relevant seismic design issues for support of the NEHRP Provisions, such as USGS hazard maps, seismic analysis and modeling methodologies, design procedures, training and outreach. Task orders for developing national code-resources, review of relevant code proposals, recommendations, documents and reports shall have access to the formal consensus for the its evaluation, approval, advice or position. Specific tasks and services shall be identified by FEMA with inputs from the Contractor and various outside sources.
2. Capable to provide a proposed contract management structure that would demonstrate key personnel capable of performing NEHRP support services.
3. Demonstrate capability to create a management plan to manage overall task orders of an IDIQ contract. Under this management plan, the Contractor shall be responsible for: 1) developing a project work plan for each task order to meet the contract specified scope, service items, budget, schedule and deliverables, 2) overseeing the performance, progress, expenses, schedule of each task order and 3) ensuring the quality of each product. Periodic review with FEMA Contracting Officer's Representative and review project activities and progress of each task order with FEMA Project Officers and be available for immediate consultation as required.
4. Be able to identify and select subject matter experts to serve as chair and members of committees, project teams and consultants to carry out the various project tasks requested under individual task orders in a manner consistent with FEMA, DHS and federal government policies, rules, regulations and Contractor's practices. Selection of all committee members and project team members for individual take orders shall take into consideration balance between experiences in different areas of expertise as well as geographic, gender and ethnic diversity. All selections shall be made in consultation with FEMA.
5. Make available the administrative, technical, managerial and business support personnel, coordinate services, materials, equipment and facilities necessary to support the stated Objective and provide the requested services for each task order contract issued as needed by FEMA under this IDIQ contract.
Contract Type and Duration
This will be an Indefinite Delivery Indefinite Quantity (IDIQ) cost reimbursement contract which may be Time and Materials. The contractor must have a Defense Contract Audit Agency, or comparable auditor, approved CAS or be able to obtain such approval within a short period of time. There will be a base year and four one year optional periods where task orders would be issued.
Contract Amount
The estimated value of the contract over the five year period is no more than $9.5 million. The minimum amount of cumulative orders would be no less than $500,000.
Response
Interested parties capable of performance should submit a declaration of interest demonstrating prior experience, resources, contracts (particularly federal contracts), and teaming arrangements.
Point of Contact
Nathan Wolf, Contract Specialist, Phone 202-646-4082, Email nathanj.wolf@fema.dhs.gov
John Norway, Contracting Officer, Phone 202-304-4459, Email John.Norway@fema.dhs.gov


Place of Performance
Anywhere in US; an office presence somewhere within 25 miles of Washington, DC is requested.
Only electronic copies of capability statements will be accepted and should be emailed to: nathanj.wolf@fema.dhs.gov; john.norway@fema.dhs.gov; The e-mail shall contain the following subject line: Response to Sources Sought Notice - NEHRP 2020 Guidelines. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two (2) responsible small businesses or if the Government determines that no small business concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, the Government may pr


Nathan J. Wolf, Contract Specialist, Phone 2026464082, Email nathanj.wolf@fema.dhs.gov - John Norway, Contracting Officer, Phone 2023044459, Email john.norway@fema.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP