Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2011 FBO #3484
SOLICITATION NOTICE

C -- Commercial Building Airflow & Contaminant Transport Models

Notice Date
6/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-11-RP-0054
 
Archive Date
7/5/2011
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Chon S. Son, Phone: 301-975-8567
 
E-Mail Address
joshua.holliday@nist.gov, chon.son@nist.gov
(joshua.holliday@nist.gov, chon.son@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. The associated North American Industrial Classification System (NAICS) code for this procurement is 541330 with a small business size standard of $4.5 million. This requirement is 100% set-aside for small business. Background: As concerns about potential releases of airborne CBR (chemical, biological, and radiological) agents have increased, a number of strategies have been pursued to decrease the likelihood and the impact of such events. These strategies include physical security, deployment of sensing systems, and the implementation of specific building and system design features. Among the building system approaches are strategies in which the operation of the HVAC system is modified in response to a suspected or known release to reduce the impact of the agent on the building occupants as well as to make any subsequent building decontamination efforts more manageable. HVAC responses include turning off systems, reducing or increasing the outdoor air intake fraction, redirecting system airflow through dedicated filter or air cleaning systems, or using dampers and airflows to isolate certain portions of the building from others. The effectiveness of these responses will depend on the layout of the building, the type and design of the HVAC system, the timing of the response, and the details of the agent release; making it very difficult to provide general guidance on how best to use HVAC systems in response to CBR releases. However, airflow and contaminant transport simulation tools are available to better understand the effectiveness of HVAC responses under different circumstances and to support guidance on their implementation. As part of its research program to develop such guidance, the National Institute of Standards and Technology (NIST) are using multi-zone airflow and contaminant transport modeling analysis. In order to support these analyses, NIST requires building models that reflect current design practice to enable the investigation of different design and operational approaches to building protection. All interested Contractors may provide a quote for the following: PERFORMANCE WORK STATEMENT: Introduction: The Contractor shall provide an engineering analysis of and development of multi-zone models of several buildings in sufficient detail to support airflow and pressure analysis; and to allow studies of detector placement strategies. Specific Tasks: The Contractor shall provide the professional, technical, and support personnel, services, materials, equipment and facilities necessary to meet the stated scope of work. Task 1: The Contractor shall identify airflow and contaminant transport characteristics of a large, urban commercial building complex at a sufficient level of detail to create multi-zone network airflow models of the buildings using the CONTAM software program. The building complex shall include both tall office buildings and various public spaces (such as retail and public assembly) that might exist in an urban office campus. The total floor area of the complex shall be on the order of 5 to 10 million square feet. Task 2: The Contractor shall create CONTAM models of the commercial buildings based on the characteristics identified in Task 1. The models shall connect the buildings on the office campus to account for underground malls that tend to link commercial buildings in city centers. Task 3: The Contractor shall perform and document airflow simulations of the modeled buildings to demonstrate their physical reasonableness in response to weather conditions and changes in system operation. Task 4: The Contractor shall develop recommendations for field testing to validate the accuracy of the models. Task 5: The Contractor shall prepare a final results technical report describing all the work completed under Tasks 1 through 4. Period of Performance: The period of performance shall be 12 months from date of award. All work shall be completed at the Contractor's facility. Government Responsibilities: The Government will review results reports and the final results technical report. The Government will provide comments on each report within 10 calendar days from receipt of a given report. The Contractor shall make any needed changes to the reports within 10 calendar days from receipt of electronic or written comments from the Contracting Officer Technical Representative (COTR). Deliverables: The Government requires delivery to be made according to the following schedule: Deliverable Due Dates Task 1 Results Report 30 days from the date of award. Task 2 CONTAM Files 120 days from the date of award. Task 3 Results Report 150 days from the date of award. Task 4 Results Report 180 days from the date of award. Final Results Technical Report 240 days from the date of award. Government Furnished Information: Upon award, NIST will provide the Contractor contact information to obtain architectural and mechanical drawings for use in developing the models. Provisions and Clauses: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions: 52.212-1, Instructions to Offerors - Commercial Items 52.213-3, Offeror Representations and Certifications - Commercial Items Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications - Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses: 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-3 Buy American Act - Free Trade Agreement - Israeli Trade Act Alternate I of 52.225-3 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.245-1 Government Property 1352.201-70 Contracting Officer's Authority 1352.201-72 Contracting Officer's Representative (COR) 1352.237-75 Key Personnel Instructions to Offerors: Central Contractor Registration: In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Proposals: Offerors shall submit their proposals so that NIST receives them not later than 03:00 p.m. Eastern Time on Monday, June 20, 2011. FAX proposals shall not be accepted. E-mail proposals shall be accepted at joshua.holliday@nist.gov. Offerors' proposals shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above. Proposals shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Joshua Holliday, Contract Specialist on 301-975-8497. Proposal Instructions: The Offeror shall submit the following: A. Technical Approach (No page limit): The Offeror shall provide a written, detailed technical approach for how it proposes to satisfy the requirements of the Performance Work Statement (PWS). The Offeror's technical approach shall demonstrate a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the PWS. The technical approach shall include information on the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the PWS. B. Personnel Qualifications (No page limit): The Offeror shall provide a detailed resume for only the Key Personnel identified by this solicitation. The Contractor shall have at least 10 years of experience in building airflow and indoor air quality simulation. C. Past Performance (No page limit): The Offeror shall provide at least two (2) past performance references for similar contracts/orders for which the Offeror has performed as a prime Contractor or as a first-tier subcontractor on similarly scoped contracts/orders awarded to them in the past three years by governmental entities (federal, state, or local) or by non-governmental entities. D. Price Proposal: The Offeror shall submit a separate firm-fixed price proposal. Basis for Award Determination/Evaluation Criteria: A contract will be issued to the contractor whose proposal is determined to offer the best value to the Government after consideration of all evaluation factors. Best value is defined as the procurement process that results in the most advantageous acquisition decision for the Government and is performed through an integrated assessment and trade-off analysis among price and non-price factors. The basis for the award will be a detailed, integrated evaluation by the Government on the basis of how well the proposals satisfy the evaluation criteria specified herein. Accordingly, the Government may award any resulting contract to other than the lowest priced Offeror or other than the Offeror with the highest technical merit rating. The Government has the right to determine whether two or more technical proposals are ‘substantially equal' or whether any differences in technical weighting are "significant" for the purposes of evaluating the overall merit of proposals. Between proposals of substantially equal technical merit, price will become a more significant factor. Between competing proposals, the Government is not willing to pay significantly more for a minor technical difference, nor is the Government willing to forego a significant technical difference in exchange for a small price differential. Each quotation will be evaluated against the factors described below. An Offeror's failure to address any factor may be considered indicative of the offeror's lack of understanding of the Government's requirements and may result in the quotation being determined unacceptable. Non-cost/Price factors A through C are listed in descending order of importance. Non-cost factors A through C, when combined, are considered more important than Factor D (Price). A. Technical Approach: The technical approach shall be the most important item in the evaluation of the Offeror's capability to perform the desired services. The Government will evaluate the Offeror's proposed technical approach to determine if it presents sufficient information to reflect a thorough understanding of the work requirements and a detailed plan for achieving the objectives of the scope of the contract. The Government will evaluate the techniques and procedures to be employed in achieving the proposed end results in compliance with the requirements of the Performance Work Statement (PWS). The Offeror must demonstrate complete understanding of the PWS by providing an original and clear statement of the purpose, intent, and requirements of the project. B. Personnel Qualifications: The Government will evaluate the Offeror's proposed key personnel on whether or not their qualifications/experience will provide the necessary skills to complete the tasks as detailed in the PWS. As detailed in the instructions to Offerors, the Contractor shall have at least 10 years of experience in building airflow and indoor air quality simulation. C. Past Performance: The Government will evaluate the offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical approach portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the offeror's past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. D. Price: The Government will evaluate whether the quoted price is fair and reasonable in relation to the solicitation requirements, and consistent with the offeror's proposed Technical Approach. Prices that are determined to be either unreasonably high or unrealistically low in relation to the proposed work may indicate the Offeror's lack of understanding of the requirement and may result in the overall proposal being considered unacceptable. Offerors must provide sufficient details to support proposed prices.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RP-0054/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02466522-W 20110609/110607235325-93a64a754b3ec453ab597280c77a665f (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.