The RFP Database
New business relationships start here

Seismic Technical Guidance Development and Support (STGDS)


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.

Architect-Engineering Services, Seismic and Technical Guidance (STDGS)
Solicitation Number: F2017036352
Agency: Federal Emergency Management Agency (FEMA)


Synopsis:

This acquisition will result in a single award, indefinite delivery indefinite quantity contract to  provide architect and engineering (A&E) services. Services include but are not limited to: the investigation of seismic issues identified by FEMA, providing seismic design recommendations and construction guidance, development of innovative technical guidance in seismic analysis and modeling methodologies, scientific investigation and research on specific technical seismic design issues, development of technical guidance for seismic-related hazards, propagating training and
outreach activities in support of guidance products and seismic-related hazard issues, the development and implementation of task order specific project management and quality control plans, and leveraging available academic and other research materials on seismic and seismic-related issues into the FEMA guidance products. These services will support FEMA in performing 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 identifying and promoting mitigation activities necessary to improve technical quality in the field of earthquake engineering under this mandate as set forth in the performance work statement (PWS) provided as attachment 1.


Disciplines and expertise that may be required to accomplish the scopes of the task orders include but are not limited to: structural engineering, civil engineering, architecture, earth science, geotechnical, construction management, code development and enforcement, public policy, training, academic research, and expertise with the National Earthquake Hazards Reduction Act of 1977. FEMA requires A&E support services from a nationally recognized engineering development organization that is intimately familiar with NEHRP, seismic research, building design and construction, and training outreach. The development of NEHRP guidance products 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.


Contract performance is for a one year base period with four one year options. The maximum order limitation (contract ceiling) is $12 Million over the contract ordering period (inclusive of options). The minimum guarantee for this contract is $10,000. All task orders will be fixed priced.

This procurement is a single award indefinite delivery indefinite quantity (IDIQ) contract. The NAICS code is 541330 with a size standard of $15 Million.



EVALUATION FACTORS


The relative importance of the evaluation factors is as follows: Factor-2 is the most important evaluation factor and is approximately equal to the combined value all other evaluation factors including past performance. Factor 1 is the second most important evaluation factor. Factors 3 through 5 are each of equal importance but less important than Factors 1 and 2.


I. Professional Qualifications necessary for satisfactory performance of required services


Consideration will be given to the professional qualifications in providing services similar to any and all of those described in this announcement for the proposed team members (including the prime and all subcontractors and/or consultants). This evaluation factor will be assessed based on the resumes of key personnel provided under Section E of the SF-330 submitted by the offeror.


II. Specialized experience and technical competence in the type of work required


Consideration will be given to: (a) the offeror's demonstrated ability in providing nationally recognized subject matter experts necessary for the scope of work (in the following fields: structural engineering, civil engineering, architecture, earth science, geotechnical, construction management, code development and enforcement, public policy, training, and academic research), (b) demonstrated ability to investigate seismic and seismic-related technical issues, (c) demonstrated
ability to identify and utilize academic research results to address advanced seismic and seismic-related technical issues, (d) demonstrated ability to develop seismic and seismic-related multi-hazard technical design and construction resource guidance documents, and (e) demonstrated experience developing and delivering related training materials through public outreach initiatives. This evaluation factor will be assessed based on the sample projects provided under Section F of the SF 330 submitted by the offeror.


The offeror may include a maximum of six (6) example projects within the past five (5) years to demonstrate specialized experience and technical competence for this factor. The example projects should be similar to the requirement under this announcement in terms of size (i.e. dollar value), complexity, and duration. This may include work of the prime contractor, proposed subcontractors, consultants, and/or key personnel who will have substantial involvement in the work. The Government will place greater value on verified experience that is more relevant to the requirements of the PWS.


Ill. Capacity to accomplish the work in the required time


Consideration will be given to the demonstrated capacity to accomplish the work in the required timeframe. This evaluation factor will be assessed based on the maximum of six (6) sample projects provided under Section F of the SF 330 submitted by the offeror for Factor 2. The example projects should be similar to the requirement under this announcement in terms of size (i.e. dollar value), complexity, and duration. This may include work of the prime contractor, proposed subcontractors, consultants, and/or key personnel who will have substantial involvement in the work.


IV. Past Performance


Consideration will be given to past performance in terms of in terms of quality, cost control, schedule/timeliness of performance, business relations, and small business subcontracting compliance. Past performance will be assessed based on the maximum of six (6) sample projects provided under Section F of the SF 330 by the offeror for Factor 2. The example projects should be similar to the requirement under this announcement in terms of size (i.e. dollar value), complexity, and duration. This may include work of the prime contractor, proposed subcontractors, consultants, and or key personnel who will have substantial involvement in the work.


In performing the evaluation, the Government will also consider the information provided in the past performance references received in a timely manner and any other available information. The Government will place greater value on verified past performance that is more relevant to the requirements of the PWS. The Government reserves the right to consider any past performance information retrieved from Government databases (e.g. Past Performance Information Retrieval System
(PPIRS). Please note any offeror with no past performance will be rated neutral for this factor.


The Past Performance Reference Form provided as attachment 2 shall be completed by the customer/client point of contact (POC) for each project referenced on your SF-330 and emailed directly to FEMA by the individual providing the reference. Past Performance Reference Forms shall be emailed to Renee Gardner at renee.gardner@fema.dhs.gov by the due date/time of for responses to
the synopsis. It is the responsibility of the offeror to ensure the Past Performance Reference Forms are emailed directly to FEMA by the SF-330 due date. References emailed directly by the offeror (on behalf of the reference) or received late will not be considered.



V. Program Management and Quality Control


Consideration will be given to the offeror's proposed program management and quality control. Offerors shall submit a Program Management Plan (PMP) with their SF-330 submission which demonstrates effective and efficient program management and quality control for this requirement. The PMP shall be concise and cross reference the PWS. It shall include an explanation on how the offeror will manage multiple task orders in an effective manner. The plan shall demonstrate in-house earthquake engineering capability to ensure satisfactory product quality control. It shall
address how subcontractors and/or consultants (if applicable) will be managed. It shall include an organizational chart showing the inter-relationships of management and various team components (including subcontractors and/or consultants). If a Joint Venture is proposed, the JV inter-relationships shall be described.


The Government's evaluation board will review each offeror's qualifications and then establish a shortlist of up to three firms most qualified firms based on the evaluation factors stated herein. The board reserves the right to hold interviews with each of the short-listed offeror to clarify and confirm submitted information.

The selected offeror must negotiate indirect rates, profit and hourly labor rates for the
anticipated disciplines that will be used in negotiating task orders. All pricing must be found to be fair and reasonable to be considered for contract award. The offeror must also negotiate a small business subcontracting plan which is consistent with FEMA's small business socio-economic goals.


Required D o c um e nt s :


Interested firms having the qualifications to meet these requirements are invited to electronically submit one (1) fully completed Standard Form 330 (which can be found at www.gsa .gov/forms) with the required resumes and program management plan no later than June 27, 2017, 1:00 PM EST. Please provide only the information requested; supplemental information will not be evaluated.


Provide the requested information electronically via e-mail to the issuing Agency primary and secondary points of contact listed herein. Please note, electronic files shall not exceed 10MB or they will be rejected by the FEMA server. As necessary, files shall be submitted in parts in order to stay within the 10MB limit.


Supplemental Standard Form 330 instructions:


Section C: Do not modify the form by providing more than six proposed team members. Prioritize team members and provide those that are the most important to creating the most well rounded team or show your concentrated areas of expertise. It is recommended that firms responsible for the majority of the work submitted in Section F be included.


Section E: Do not provide any more than six key personnel. You will have to prioritize and provide those that best represent your ability to accomplish the requirements of this contract. CEOs and other executive personnel should not be submitted unless they will have direct responsibility for accomplishing the task orders under the resultant contract. Resumes shall not exceed two single sided pages (8.5 inch by 11 inch) and shall use a type pitch that is no smaller than a standard 12-point font type. Any information exceeded the 2-page limitation for each resume will not be considered.


Section F: Each example project may be supplemented with photographs, sketches and drawings, or additional information not to exceed 3 single sided pages. The offeror may include a maximum of six (6) example projects within the past five (5) years. The example projects should be similar to the requirement under this announcement in terms of size (i.e. dollar value), complexity, and duration. This may include work of the prime contractor, proposed subcontractors, consultants, and/or key personnel who will have substantial involvement in the work. Past performance documentation for each sample project submitted in section F may be supported by other documentation which can include but is not limited to: copies of any performance evaluations or owner review of firm's performance, copies (or listing) of awards, letters of appreciation or commendation, industry articles or reviews, and the past performance reference forms (provided as Attachment 2) which are to be electronically submitted to the Issuing Agency points of contact by the project point of contact.


Section G: Only indicate Key Personnel that participated in example projects when they will be performing a similar same role under the resultant contract.


Section H: Only include the Project Management Plan (PMP) and required Quality Assurance Surveillance Plan (QASP). The PMP shall not exceed 25 single-sided pages, (8.5 inch by 11 inch) and shall use a type pitch that is no smaller than a standard 12-point font type, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 11-point font. Pages exceeding the 25-page limit will not be reviewed or considered. The PMP shall include a Quality Assurance Surveillance Plan (QASP) as a separate document that demonstrates in-house earthquake engineering capability to ensure that the QASP performance measures will be met in a satisfactory manner. The QASP has no page limit. The QASP shall include: (a) the performance measures that the offeror considers most relevant in meeting the PWS; (b) the performance requirements for each measure (unacceptable, marginal, satisfactory, excellent, outstanding); and (c) recommended time, place and amount of the method of Government surveillance. The QASP will be negotiated and utilized by the Government to monitor contractor performance. The QASP does not count against the 25-page limitation for the PMP. Any other materials such as brochures or samples of work, or extra pages will not be considered.


All responsible sources may submit qualifications. This is not a request for proposal. The government intends to award one single award Indefinite Delivery Indefinite Quantity (IDIQ) contract from this notice. The prime contractor must be registered in the System for Award Management (www.sam.gov).

Contracting Office:


DHS/Federal Emergency Management Agency
500 C. Street, SW
Washington, DC 20472

Primary Point of Contact:
Renee Gardner, Contract Specialist
Email: Renee.gardner@fema.dhs.gov
Phone (202) 714-5465


Secondary Point of Contact:
David Orris, Contracting Officer
Email: David.Orris@fema.dhs.gov
Phone: (301) 447-1830

All Files:
Attachment 1: Performance Work Statement (PWS) dated May 22, 2017
Attachment 2: Past Performance
Reference Form dated May 22, 2017


 


Renee Gardner, Contract Specialist, Phone 202-714-5465, Email renee.gardner@fema.dhs.gov - David E Orris, Contracting Officer, Phone (301)447-1830, Fax (301)447-1092, Email david.orris@fema.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP