Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2013 FBO #4291
SOLICITATION NOTICE

C -- Seismic Study - SOW

Notice Date
8/22/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-13-BV-P-0057
 
Archive Date
9/21/2013
 
Point of Contact
Dawn Randolph, Phone: 4042761985
 
E-Mail Address
dawn.randolph@gsa.gov
(dawn.randolph@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Architect-Engineer Services Solicitation No.: GS-04P-13-BV-P-0057 The US General Services Administration (GSA) is continuing its effort to fulfill the requirements of EO 12941, Seismic Safety of Existing Federally Owned or Leased Buildings. The Executive Order requires seismic evaluation, estimated cost of mitigation, and mitigation of unnecessary risks in GSA's building inventory. The building seismic evaluation in this acquisition represent the completion of a seismic evaluation for a Federal Building within GSA's owned building inventory that is classified as being in a high risk seismic area. Brooks Act (PL 92-582) "qualifications-based" procedures and FAR Part 36 will be used in these contract procurements. This procurement is set-aside for Small Business concerns NAICS 541330. A "Small Business" for architectural and engineering is defined as one in which average gross receipts for prior three years does not exceed $14 million." Conduct a full-building Tier 2 Seismic evaluation in accordance with National Institute of Standards & Technology (NIST) & Interagency Committee on Seismic Safety in Construction (ICSSC) standard NIST GCR 11-917-12 / ICSSC RP-8, Standards of Seismic Safety for Existing Federally Owned & Leased Buildings / ICSSC Recommended Practice 8 (RP-8), December 2011 edition, hereafter referenced as RP-8 and the American Society of Civil Engineers (ASCE) & Structural Engineering Institute (SEI) standard ASCE/SEI 41-13, Seismic Evaluation and Retrofit of Existing Buildings, 2013 edition, hereafter referenced as ASCE 41. Additionally, provide any enhanced evaluations that are over & beyond the requirements of the RP-8 or ASCE 41, where indicated within the scope of work. Additional objectives include; A. Conduct a thorough visual investigation of the building, confirm the building data provide, review existing original structural & architectural drawings, prepare a seismic hazard evaluation report, identify structural, non-structural & other seismic deficiencies based on the ASCE 41 Tier 2 evaluation requirements & RP-8 requirements, evaluate their significance and prioritize their importance with respect to the integrity of the structure. B. Analyze the entire lateral-force resisting system of the building using the tier 2 analysis procedures. Analysis to include preparing a 3D structural analytical model. C. Using the ST-RISKTM software (http://www.st-risk.com), provide a seismic hazard/risk analysis for 5, 10, 20 and 50 year time periods for different levels of Intensity (MMI) for the site prior and after implementing the studies seismic upgrade recommendations. Provide a summary sheet of all assumptions, criteria, and key definitions for select items, including defining how the "degree of risk" & "risk index" is calculated. D. Provide recommendation concepts to remedy all seismic deficiencies. E. Review & comment on any previous relevant reports & evaluations, as needed, including the 1990 Limited Seismic Study of the Clifford Davis Federal Building. F. Coordinate & discuss possible alternate solutions with the GSA Regional Structural Engineer. G. Perform & provide all other items required in accordance with the RP-8 Seismic Safety Standard, ASCE 41 Seismic Evaluation Standard and all other items indicated elsewhere within this Scope of Work (SOW). H. Should a pre-release copy of the ASCE 41, 2013 edition, be available prior to anticipated official release date in November 2013; it is GSA's intent to proceed with the seismic evaluation prior to the official ASCE 41 release date, if reasonable/possible. Some of the terminology and criteria indicated within this scope of work may not be synchronized with any new terminology, equation, criteria or may not be included, due to the ASCE 41, 2013 edition, not been officially release at the time of preparing this Scope of work. Thus, coordinate all criteria, assumptions & alternates with the GSA Regional structural engineer and include a summary of assumptions & criteria in the final report. The requirements for when a Tier 2 versus a Tier 3 evaluation may change in the new edition, thus in the proposal please include the additional cost as an alternate, should it be determined that a Tier 3 evaluation is required once the 2013 edition of the ASCE 41 is released. The A-E Firm shall include on its team the following design disciplines: senior structural engineer, design engineer, CAD technician, and clerical & administrative disciplines. SELECTION PROCESS: The selection of the A-E contractor will be made using in a two stage process as follows: Stage I - the technical qualifications and experience of proposed A-E firms will be evaluated. A "short-list" will be established of three A-E Firms determined to be most highly technically qualified. The short-listed A-E Firms will be invited to continue with Stage II of the selection process. Stage II - the technical qualifications and experience of the "short-listed" A-E Firms will be evaluated from technical proposals and interviews or discussions. The short-listed A-E Firms will be ranked in order of preference and the highest ranked firms will be selected. STAGE I SUBMISSION REQUIREMENTS A-E Firms that fully meet the requirements described in this notice are invited to submit a Letter of Interest, a completed SF330 Part II for the A-E Firm only, and responses to the submission requirements and evaluation criteria listed below. Identification of engineers shoud be included in Stage I of the process. Briefly describe in the Letter of Interest, the firm and its location, noteworthy accomplishments, and the proposed working and legal relationship between its components if the A-E Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity. All documentation shall be in an 8 ½" x 11" format. The assembled content for the Stage I submission should be no more than 1/4 inch thick. Proposals shall be spiral bound or bound in a three ring binder, assembled in a manner that corresponds to the four Evaluation Criteria listed below. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after use. Printed/copied double-sided documents should be submitted to the extent possible. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). Active registration in CCR is required in order to conduct business with the Federal Government. Please see the following minimum qualification and selection factors for use in selecting a qualified & experienced structural engineer to perform a seismic evaluation of the Clifford Davis / Odell Horton Federal Building, (Bldg #TN0088), located at 167 North Main Street in Memphis Tennessee. Stage I Evaluation Criteria Selection factors, in order of importance, are as follows: 1. Professional Qualifications and Experience of Firms and Key Personnel: 1.1) Professional Qualifications and relevant team and individual experience; 1.2) Unique knowledge in the field of structural/ Seismic Engineering; and 1.3) Time commitment of key members to projects. 1.4) The Structural Engineer of Record (SER) in responsible charge of and overseeing all aspects of the seismic evaluation must demonstrate professional expertise in seismic engineering, including but not limited to the following: a.) Have a minimum of ten (10) years of relevant structural engineering experience pertaining to seismic design, retrofitting or evaluation of structures designated as having a high seismic hazard classification, Seismic Design Category (SDC) of ‘D' or similar. b.) Demonstrated recent experience in performing work of a similar nature and scope within the past five (5) years. 2. Technical Competence: 2.1) Knowledgeable & Experienced with GSA, Federal, NEHRP, National Structural Codes & Standards, and structural standards of practice & guidelines. 2.2) Knowledgeable & Experienced with dynamic response of buildings to seismic forces, and 2.3) Experienced & knowledgeable using seismic evaluation standards, including but not limited to the following: • National Institute of Standards & Technology (NIST) & Interagency Committee on Seismic Safety in Construction (ICSSC) Standards of Seismic Safety for Existing Federally Owned & Leased Buildings / ICSSC Recommended Practice; and • The American Society of Civil Engineers (ASCE) & Structural Engineering Institute (SEI) standard ASCE/SEI 41, Seismic Rehabilitation of Existing Buildings; and • The American Society of Civil Engineers (ASCE) & Structural Engineering Institute (SEI) standard ASCE/SEI 31, Seismic Evaluation of Existing Buildings. 2.4) At least ten (10) years demonstrated relevant structural engineering experience pertaining to seismic design, retrofitting or evaluation of structures designated as having a high seismic hazard classification, Seismic Design Category (SDC) of ‘D' or similar. 2.5) Demonstrated recent experience in performing work of a similar nature and scope within the past five (5) years. 2.6) Experience & knowledgeable in the evaluation of seismic safety of existing building with a high seismic hazard classification, (Seismic Design Category ‘D'). 2.7) Experience & knowledgeable modeling & analyzing structures with 3D structural modeling software. 3. Past performance: 3.1) Past performance in providing Supplemental Seismic/Structural design services with respect to the team's responsiveness to client's needs. 3.2) Capacity to accomplish the work in the required time, and 3.3) Evidence of previous project performance, quality control, coordination, and unique cost saving solutions. 3.4) Evidence of seismic evaluations of existing structures, reflecting unique or cost saving solution. Submit three seismic evaluation of similar complexity and/or seismic evaluations reflecting creative analysis techniques or creative rationalization pertaining to structural & non-structural components. 4. Specialized Experience: 4.1) Familiarity with new and innovative seismic retrofitting systems or seismic analysis techniques. 4.2) Familiarity with behavior of structural & non-structural elements under seismic loads, and 4.3) Develop Risk Assessment and Risk Analyses, 4.4) ATC - 20 Post disaster assessment experience. STAGE II PROCESS SUMMARY: 2. The names and contact information for the short-listed A-E Firms who will be invited to participate in Stage II of the selection process will be published in www.fedbizopps.gov. This publication will be the only notice A-E Firms who submit Stage I proposals and are not short-listed will receive. 3. Sub-contractors to the prime contract A-E Firm are not required to be small businesses or to have an active production office in the geographic area of the contract. The technical qualifications of the entire project team proposed, including the A-E Firms selected in Stage I will be evaluated during Stage II. The short-listed A-E Firms will submit Standard Forms 330 for each firm that is part of its proposed team. It will not be necessary for the A-E Firm to re-submit information submitted during Stage I unless changes have been made to what has already been submitted. Responses must be received by 2:00 p.m. Eastern Standard Time, on September 6, 2013 at the following address: General Services Administration, Acquisition Division, Attn: Dawn Randolph, 77 Forsyth Street, Terrace Level, Atlanta, Georgia 30303. A total of three (3) copies must be submitted. The following information should be on the outside of the sealed envelope 1) Name and Address of the A-E Firm, name of the contact person with phone number and fax number 2) Solicitation Number/Title 3) Due Date 4) Closing Time Late responses are subject to FAR 52.215-1(3). The Federal Acquisition Regulation website is www.arnet.gov The website URL to obtain Standard Form 330 is: http://www.gsa.gov/portal/forms/download/11648
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-13-BV-P-0057/listing.html)
 
Place of Performance
Address: Clifford Davis / Odell Horton Federal Building – Memphis, TN (Bldg #TN0088), 167 North Main Street, Memphis, Tennessee, 38103, United States
Zip Code: 38103
 
Record
SN03158204-W 20130824/130822235258-2323d0dd3647a71fcf364e6cbf055bca (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.