Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

C -- Building Information Model for NCST Investigation

Notice Date
6/17/2024 8:21:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-RFQ-24-7300993
 
Response Due
6/27/2024 12:00:00 PM
 
Archive Date
07/12/2024
 
Point of Contact
Hunter Tjugum, Phone: 3034973663
 
E-Mail Address
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT NO. ONE (1): The purpose of this amendment is to release Answers to Questions, revise the Performance Work Statement, and extend the due date for accepting quotations. All quotations having been submitted to this RFQ prior to the original closing date will be evaluated and considered for award unless a given quoter submits a revised quotation. Therefore, the following documents are incorporated as separate attachments: 1.) QA Amendment_Amendment 1 2.) RFQ Attachment_PWS Amendment 1 The closing date for accepting quotations is extended by one week until JUN-27, 2024. All other terms and provisions remain unchanged. Request for Quotation�No. NIST-RFQ-24-7300993 Building Information Model for NCST Investigation 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 (FAC) Number 2024-05 dated May 22, 2024. The associated North American Industrial Classification System (NAICS) code for this procurement is 541310 � Architectural Services. The small business size standard is $12.5 Million. This solicitation is released with a Small Business Set-Aside restriction. Small business concerns under the size standard of the applicable NAICS are eligible to submit a quotation. DESCRIPTION OF REQUIREMENTS Background: The Champlain Towers South (CTS), a 12-story beachfront condominium with an underground garage in the Miami suburb of Surfside, Florida, United States, experienced a sudden partial collapse on July 24, 2021. The National Institute of Standards and Technology (NIST) is conducting a full technical investigation of the collapse of CTS under the authority of the National Construction Safety Team Act (�Act� or �NCST�), Pub. L. 107-231, codified at 15 U.S.C. 7301 et seq. The goal of the NIST technical investigation is to determine the technical cause of the collapse and, if appropriate, to recommend changes to building codes, standards and practices, or other actions to improve the structural safety of buildings. There are millions of high-rise condominium units in Florida alone, many of them aging structures that are located near the coast. As part of the investigation efforts, NIST�s Remote Sensing and Data Visualization Project team is producing visualizations to better understand and communicate conditions leading up to the partial collapse in support of the technical investigation. Part of the visualization effort includes the development of a Building Information Model (BIM). Purpose/Objective: The objective of this requirement is to produce a three-dimensional (3D) BIM of the pre-collapse building design of the CTS condominium for the purposes of visualization and communication. The Contractor shall create a 3D BIM of the pre-collapsed design for CTS based on Government-provided as-designed drawings. The model shall use the North American Vertical Datum of 1988 (NAVD 88) height (US Survey Feet) and the NAD 1983 HARN Florida State Plane East FIPS 0901 (US Survey Feet) Coordinates. Survey control points will be provided by the Government in digital format in the required coordinate system after the kick-off meeting. The level of detail (LOD) for all features shall be a minimum of 200 unless otherwise detailed below. The LOD shall follow the current Building Information Modeling (BIM) Forum LOD Specification, Part I at the time of contract award (located at the website: https://bimforum.org/resource/lod-level-of-development-lod-specification/). Any award resulting from this solicitation will contain the latest version of the BIM Forum LOD Specification, as identified in the cited link. The BIM shall be developed using Autodesk Revit version 2021 (or later) and shall include the building site layout, subgrade and ground level parking garages, building structure, architectural elements, and select major mechanical systems, as described in more detail in the following task requirements. Individual sheets are not required to be developed as part of this scope. 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 12 months from date of award, anticipated on or around July 1, 2024. Optional tasks may be exercised up to 8 months post-award and shall be completed with the 12-month performance period. 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 hybrid Firm-Fixed Price and Labor Hour 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 1352.215-72 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 June 13, 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 20, 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, certificates, past performance information, FAR provisions/clauses, or list of assumptions/expectations) 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 will not count toward the page limit of 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 for addressing the scope task requirements. Key Personnel Resumes: The resumes of the proposed key personnel which demonstrate qualifications and expertise, including years of experience in each role and any professional certifications. Quoters shall clearly identify 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. � Past Performance: Past performance information to include information on at least three (3) purchase orders or contracts in which the Quoter and 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 Project One or more Visuals 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, including whether BIM models were developed. 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. � Completed provision responses, from the provisions attached to this solicitation. Provisions requiring response are highlighted in yellow. � A list of assumptions and/or exceptions made in preparing the quotation. Volume 2: Price Quotation This volume shall contain the Quoter�s price quotation 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 hybrid Firm-Fixed Price and Labor Hour basis in accordance with the contract line item numbering structure provided in this solicitation. Quotations shall be valid for 90 days after solicitation close. Pricing shall be submitted on a hybrid fixed price and labor hour basis in accordance with the CLIN structure and associated instructions identified in this solicitation. Quoters may provide additional pricing documentation, to include at minimum the information referenced in the following three 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. To assist the Government in evaluating labor hour price quotations, the Quoter shall provide fully loaded hourly rates which include wages, indirect costs, general and administrative expense, and profit. Fractional parts of an hour shall be payable on a prorated basis in accordance with the labor hour task(s) identified in the PWS. Quoters shall propose a total ceiling price for the labor hour CLIN(s). Quoters shall also include a proposed fixed price payment schedule for the fixed price CLINs based on requirement milestones/deliverables in relation to the deliverables table in the PWS. Quoters may propose alternate payment schedules. CONTRACT LINE ITEM NUMBERING STRUCTURE: The contract line item numbering (CLIN) structure is contained in Section C.5. 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 Approach Factor E (Non-Technical Factor): Price 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. 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 and capability to complete the Government requirements, and the effectiveness of the proposed approach. Included in the evaluation will be the applicability of the methods, any software, and tools proposed to perform each task identified in the PWS. Evaluation will also include review for evidence confirming sufficient planning and quality control procedures to show that the work will be accomplished and how it will be accomplished within time and other constraints specified in the PWS or as applicable. B.������ Key Personnel The Government will evaluate the extent to which the resumes 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. The Government prefers key personnel with experience in structural engineering or architecture projects similar to the building information modeling tasks of this requirement. 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 similar to the current requirement in 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 evidence of past experience in interpreting analog, as-designed architectural and structural drawings of multi-story buildings for BIM model development at LOD 200-300. References may be contacted, and the Government may consider past performance information from other sources, such as the Contractor Performance Assessment Reporting System (CPARS).� D.������ Management Approach Quotes will be evaluated to determine the expected effectiveness of the proposed management approach which outlines responsibilities of key individuals, consultants or sub-contractors, project administration and reporting, operational procedures, interactions between the tasks and subtasks outlined in the PWS, and procedures to monitor and assure progress to meet or exceed the project schedule for 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. The Government will evaluate the approach for expected effectiveness, ability to successfully coordinate with multiple multidisciplinary teams for production of post-disaster study reports, as well as for productive communications, schedule adherence or better, and successful performance of tasks. 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/06121887c3964c329a0861b538d9087f/view)
 
Record
SN07099199-F 20240619/240617230114 (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.