Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOLICITATION NOTICE

R -- Scientific and Engineering Technical Report Preparation Support for National Construction Safety Team (NCST) Investigations and Related Studies

Notice Date
5/30/2024 12:41:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-RFQ-24-7300809-2
 
Response Due
6/7/2024 1:00:00 PM
 
Archive Date
06/22/2024
 
Point of Contact
Hunter Tjugum, Phone: 3034973663
 
E-Mail Address
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
 
Description
AMENDMENT 0001: The purpose of this amendment is to release Answers to Questions, revise the solicitation, and extend the due date for accepting quotations until June 7, 2024, at 4:00 PM, ET. Therefore, the following document is incorporated as a separate attachment for Amendment 001: 1.) Question and Answer (Q&A) All other terms and provisions remain unchanged. END OF AMENDMENT 001. Request for Quotations�No. NIST-RFQ-24-7300809-2 Scientific and Engineering Technical Report Preparation Support for National Construction Safety Team (NCST) Investigations and Related Studies 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 of Commercial Items � as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13.5. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e., STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04 dated May 1, 2024. The associated North American Industrial Classification System (NAICS) code for this procurement is 541690 � Other Scientific and Technical Consulting Services. The small business size standard is $19.0 Million. This is an unrestricted solicitation. Both large and small businesses are eligible to respond. DESCRIPTION OF REQUIREMENTS Background: On February 21, 2018, the National Institute of Standards and Technology (NIST) Director approved the investigation of the impacts of Hurricane Maria on Puerto Rico under the National Construction Safety Team (NCST) Act. Three additional projects on Hurricane Maria are being conducted as part of a research study under the National Windstorm Impact Reduction Program (NWIRP). The NCST investigation and the NWIRP research study of Hurricane Maria also include consideration of aspects of Hurricane Fiona. On June 30, 2021, the NIST Director approved the investigation of the partial collapse of the Champlain Towers South condominium in Surfside, FL under the NCST Act. NIST is also conducting a research study on the effects of Hurricane Ian in Florida under the NWIRP Act. The NCST Act requires the issuance of a public report for each investigation, which includes the following: An analysis of the likely technical cause or causes of the building failure investigated. Any technical recommendations for changes to or the establishment of evacuation and emergency response procedures. Any recommended specific improvements to building standards, codes, and practices. Recommendations for research and other appropriate actions needed to help prevent future building failures. NIST will be producing multiple technical reports to document the findings of the Hurricane Maria NCST investigation and NWIRP study, including aspects of Hurricane Fiona, the Champlain Towers South NCST investigation, and the Hurricane Ian NWIRP study. NIST will require scientific and engineering technical report preparation, technical content editing, layout, and graphics support to publish professional reports and documents with a logical flow and a consistent, professional layout. Purpose/Objective: The purpose of this contract is to provide the Engineering Laboratory (EL) at NIST with contractor services to provide scientific and engineering technical writing support, including scientific and engineering content editing, engineering graphic visualization, report layout assistance, and proofreading in both English and Spanish for the Hurricane Maria NCST investigation and NWIRP study, including aspects of Hurricane Fiona.� NIST will provide the contractor with the report content and the contractor shall perform services including editing the content for technical consistency and uniform overall voice. NIST does not require substantial development or changes to the content but does require detailed content editing support. The contractor shall assist NIST in creating professional grade reports and other materials documenting the studies, findings, and recommendations, as described below. Requirements similar to the tasks associated with the Hurricane Maria NCST investigation and NWIRP study will be included as optional requirements, which may or may not be exercised, for the Champlain Towers South NCST investigation and the Hurricane Ian NWIRP study.� Scope of Work & Specific Tasks � Please see the attached Performance Work Statement (PWS) for further details. PERIOD OF PERFORMANCE The period of performance shall be 26 months from date of award. Optional tasks, if exercised, shall extend the period of performance by 10 months, from 26 months to 36 months. PLACE OF PERFORMANCE The primary place of performance is expected to be the Contractor�s facility. No travel shall be required.� � CONTRACT TYPE & PAYMENT TERMS A Firm-Fixed Price purchase order is anticipated. Payment will be made on a NET30 basis using milestone payments following inspection and acceptance of individual deliverables. APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): Quoters must submit all questions concerning this solicitation in writing electronically to Mr. Hunter Tjugum, Contract Specialist, at hunter.tjugum@nist.gov. Questions must be received by or before May 24, 2024, at 3:00 PM ET. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.� (End of Provision). DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Mr. Hunter Tjugum, Contract Specialist, at hunter.tjugum@nist.gov. Submission must be received not later than June 3, 2024, at 3:00 PM ET. Note: Quoters must have an active registration at www.SAM.gov at time of quote submission to be considered for award. INSTRUCTIONS TO QUOTERS (Addendum to FAR 52.212-1) The Quoter�s quotation shall be submitted electronically via email and shall consist of two volumes as detailed below. Each quotation volume shall include the Quoter�s name, UEI number, and point of contact information in a cover page, header/footer, or other easily identified location. The Contracting Officer intends to award a purchase order without discussions but reserves the right to enter into discussions if in the best interest of the Government. Volume 1: Technical Response This volume shall contain the Quoter�s technical response. The technical response (not including table of contents, figures, schematics, key personnel resumes and specialized experience information, certificates, or past performance information) shall not exceed twenty-five (25) single-spaced, single-sided pages or fifty (50) double-spaced, single sided pages. Text shall be no less than 12-point font in read-only Microsoft Word or searchable Adobe PDF format. Tables and graphics are an exception to the 12-point font requirement and shall be no less than 10-point font. Any pages beyond the limit will not be reviewed. The page limit is only applicable to Volume 1: Technical Response. The content from Volume 2: Price Quotation and Small Business Subcontracting Plan will not count toward the 25-page limit of the Technical Response. The numbered Items below, ""5. Completed provision responses"" and ""6. A list of assumptions and/or exceptions"" do not count toward the page limit for the Technical Response. The technical response shall include the name, title, phone number, and email address of the Quoter�s primary point of contact and the individual authorized to negotiate on behalf of the Quoter (if negotiations are determined to be necessary). The technical response shall include: A narrative of the Quoter�s relevant technical capabilities and the proposed approach to executing the PWS. If subcontractors will be used, the Quoter shall provide the names of the companies or organizations and their expected roles. The following items should be included in the technical approach narrative: � Proposed methods to successfully complete the PWS requirements. A summary of the relevant technical capabilities, personnel, software tools, and proposed approach, to include but not limited to, the following scope requirements: Review and editing of scientific and engineering content to ensure technical consistency and uniform overall voice, including review and editing of Spanish-language content, as described in the PWS. Design and production of graphics for visualization of scientific and engineering data, as described in the PWS. Development and implementation templates for multiple report volumes to maintain clear, consistent, and professional formatting and layout of technical content, including text and graphics, as described in the PWS. ��� 2. Key Personnel: Quoters shall clearly identify in their technical approach the individual(s) being proposed as key personnel and the positions for which they are proposed. Quoters shall clearly map their proposed candidates to each of the required key personnel position titles detailed in the �Key Personnel Requirements� section of the PWS. Quoters shall also provide: ������������� 1. The resumes of all proposed key personnel which demonstrate qualifications and expertise, including years of experience in each role and any professional certifications. ������������� 2. For proposed key personnel, as applicable per the Statement of Work requirements, examples of specialized experience which demonstrate, at a minimum, conformance with the key personnel requirements identified in the PWS. Attachments or links to publicly available documents are both acceptable for provision of specialized experience examples. � �� 3. Past performance: Past performance information to include information on at least three (3) purchase orders or contracts in which the Quoter performed work similar to the scope of this requirement. Past performance information provided shall be for work completed or substantially completed within the past five (5) years. Past performance shall include the following information: Name of the Organization supported Organization Point of Contact with Current Phone Number and Email Address Contract Number Period of Performance Dollar Value of the Contract Narrative describing the services performed. The narrative should make clear similarities to the scope of work outlined in this solicitation. �� 4. Management Approach: A narrative of the Quoter�s management approach for the requirement. The management approach shall outline responsibilities of key individuals, consultants or sub-contractors, communications plans, project administration and reporting, operational procedures, interactions between the tasks outlined in the PWS, and procedures to monitor and assure progress to meet� the project schedule. � �� 5. Completed provision responses, from the provisions attached to this solicitation. Provisions requiring response are highlighted in yellow. �� �� 6. A list of assumptions and/or exceptions made in preparing the quotation. Volume 2: Price Quotation and Small Business Subcontracting Plan This volume shall contain the Quoter�s price quotation and Small Business Subcontracting Plan (SBSP) in read-only Microsoft Excel format, or in searchable PDF format.� All figures must be rounded to the nearest hundredth. Price Quotation: Price quotations shall be submitted on a firm fixed price basis in accordance with the contract line item numbering structure provided in this solicitation. Quotations shall be valid for 90 days after solicitation close. Quoters may provide additional pricing documentation, to include at minimum the information referenced in the following two paragraphs. To assist the Government in evaluating firm fixed price quotations, the Quoter shall provide a breakdown of the proposed labor and materials costs per task identified in the PWS. The proposed labor breakdown shall include proposed labor categories and estimated hours per labor category. Quoters shall also include a proposed fixed price payment schedule based on requirement milestones/deliverables in relation to the deliverables table in the PWS. Quoters may propose alternate payment schedules. Individual Small Business Subcontracting Plan: The quoter shall prepare and propose an Individual Small Business Subcontracting Plan conforming to the content and formatting requirements of FAR 52.219-9. A sample Small Business Subcontracting Plan template that Quoters may use to submit the plan is attached. This template is not mandatory to be used. � CONTRACT LINE ITEM NUMBERING STRUCTURE: The contract line item numbering (CLIN) structure is contained in Section XV. CONTRACT TYPE in the attached PWS and identifies the required CLIN structure for this Solicitation. EVALUATION CRITERIA AND BASIS FOR AWARD (Addendum to FAR 52.212-2) The Government intends to award a purchase order resulting from this solicitation to the responsible contractor whose quotation conforming to the solicitation will be most advantageous and represents the best value to the Government, price and other factors considered. Best value shall be determined using the trade-off evaluation method. Therefore, the Government may award to other than the lowest priced quote or the highest technically rated quoter. The Government intends to evaluate quotations and issue a purchase order based on the initial quotations received.� Therefore, the quoter�s initial quotation should contain the quoter�s best terms from a price and technical standpoint.� The Government reserves the right to request revised quotations from, or negotiate final purchase order terms with one or more, but not all, quoters if later determined by the Contracting Officer to be necessary.� The Government may reject any or all quotations if the quotation fails to comply with the requirements of this solicitation. The factors identified below will be used to evaluate quotations. Factor A (Technical Factor):� Technical Approach/Capability Factor B (Technical Factor):�� Key Personnel Factor C (Technical Factor):� Past Performance Factor D (Technical Factor): Management and Retention Approach Factor E (Non-Technical Factor): Price Factor F (Non-Technical Factor): SBSP Technical / non-price factors are listed in descending order of importance. Technical / non-price factors, when combined, are more important than price.� However, price will become more important as the degree of equality among technical non-price evaluations increases. Note that the quoter�s proposed Small Business Subcontracting Plan will be reviewed for compliance with the requirements of this solicitation and with FAR 52.219-9.� However, there is no separate technical evaluation factor for the Small Business Subcontracting Plan. A.������ Technical Approach/Capability The Government will evaluate the quoter�s technical approach and capabilities for performing each task in the PWS. The technical volume will be evaluated for the quoter�s overall understanding of Government requirements, and the expected effectiveness of the proposed approach. Included in the evaluation will be confidence in the quoter�s ability to provide professional, error-free technical writing and report preparation services, inclusive of graphics design services, as well as confidence in the quoter�s ability to create a single complex technical document, with graphics, with a uniform voice from multiple technical documents by multiple authors. Evaluation will also consider the expected effectiveness of the quoter�s proposed approach to adjudication of comments and edits from potential public comment periods. B.������ Key Personnel The Government will evaluate the extent to which the resumes and specialized experience examples submitted for the quoter�s proposed key personnel demonstrate that the proposed individuals meet or exceed the minimum qualifications detailed in the PWS, and have the appropriate education, qualifications, and experience to efficiently and effectively address requirements in accordance with the PWS. C.������ Past Performance The Quoter�s past performance will be evaluated to determine the extent to which the quoter has past performance relevant to the work described in the PWS. Relevancy shall be considered for similarity to the current requirement in the scope of work, period of performance, and total dollar value. The government will consider past performance on efforts completed or substantially completed within the past five (5) years. The Government prefers past performance that includes: 1) preparation of scientific and engineering reports with technical content related to natural hazards and building failures; 2) production of a set of technical reports with individual reports of at least 250 pages, including multiple chapters or sections, and a total page count of at least 1,000 pages for the set of reports; 3) production of graphics for visualization of scientific and engineering data; 4) preparation of technical reports in both English and Spanish; 5) preparation of reports available to the general public, with hyperlinks to published reports provided by the quoter. References may be contacted, and the Government may consider past performance information from other sources, such as the Contractor Performance Assessment Reporting System (CPARS).�Any quoters without relevant past performance information will be given a neutral rating on the Past Performance evaluation criterion. D.������ Management and Retention Approach Quotes will be evaluated to determine the expected effectiveness of the proposed management approach, including responsibilities of key personnel, consultants or sub-contractors, the approach to project administration, receipt and incorporation of Government feedback on deliverables, interactions between the tasks and subtasks outlined in the PWS, and procedures to monitor and assure progress to meet or exceed the project schedule while successfully performing the required tasks. The Government will consider the extent to which the proposed approach will ensure the availability of personnel and resources to successfully complete the work within the required schedule, including retention of appropriate resources and capability to provide additional key personnel in a timely manner for optional requirements, if exercised. The Government will evaluate the approach for ability to successfully coordinate with multiple multidisciplinary teams for production of post-disaster study reports, to mitigate risks, and to resolve critical issues should they arise. E.� ���� Price Quoted pricing will be evaluated but not scored. Price evaluation will determine whether the quoted price is complete, fair, and reasonable in relation to the RFQ requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3cbd0a906cd4ea7a18ef845cd12097d/view)
 
Record
SN07080924-F 20240601/240530230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.