SOURCES SOUGHT
R -- Small Business Sources Sought: Engineering Support for Code Checks for the Champlain Towers South
- Notice Date
- 5/2/2022 7:52:29 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-SS-22-7301487
- Response Due
- 5/13/2022 8:00:00 AM
- Point of Contact
- Lauren P. Roller, Phone: 3019753062
- E-Mail Address
-
lauren.roller@nist.gov
(lauren.roller@nist.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- INTRODUCTION This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified small business sources. This notice is strictly for market research and information purposes only. Your responses will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. NIST is seeking responses from all responsible small business concerns. Small businesses are defined under the associated NAICS code for this effort, 541330 (Engineering Services), as those domestic sources having annual revenue of $16.5 million or less. � Background: The National Institute of Standards and Technology (NIST) sent a preliminary reconnaissance team to collect information and data related to the collapse of the Champlain Towers South (CTS) Condominium in Surfside, FL that occurred on June 24, 2021. Based on the recommendations of the preliminary reconnaissance team and evaluation of the criteria listed in the regulations implementing the National Construction Safety Team Act (Act), a Team was established to study the collapse of the Champlain Towers South Condominium in Surfside, FL. � The NIST Investigation comprises six projects; including the Structural Engineering Project whose focus is to determine (1) the technical conditions that led to the collapse of the Champlain Towers South and (2) the factors that might have contributed to the collapse including building design, construction, maintenance, and materials based on sophisticated structural models. These models make use of (a) evidence collected from the collapse site, (b) results of the other Investigation projects, and (c) structural engineering and reinforced concrete design knowledge. � Scope of Requirement: The purpose of this requirement is to obtain contractor support to conduct structural analyses and design checks for the CTS building under design loads in accordance with (1) current design codes and standards and design practices, and (2) design codes and standards and design practices at the time of the original building design (1979-1980). � Key Requirement Tasks: The required work includes the following key task areas: Comparison of the CTS Design with Current Building Codes: This task area will require development of (1) building design loads considering gravity loads, current wind loads, other relevant loads such as, but not limited to, self-straining forces, (2) computer models of the building including three-dimensional model of the entire building in ETABS software and three-dimensional models of first floor (lobby/plaza) and typical floor in SAFE software. �The Contractor shall use the design loads and structural models to conduct design checks based on ASCE 7-22 and ACI 318-19 in the form of (a) strength demand-capacity ratios, (b) detailing including reinforcement details and concrete cover, and (c) serviceability with an emphasis on deflections and crack control. � Comparison of the CTS Design with Building Codes Prevalent at time of design: This task area will require development of building design loads considering gravity loads, wind loads, and other relevant loads such as, but not limited to, self-straining forces based on the provisions of the 1979 version of the South Florida Building Code. The Contractor shall use the design loads and structural models to conduct design checks in the form of (a) strength demand-capacity ratios, (b) detailing including reinforcement details and concrete cover, and (c) serviceability with an emphasis on deflections and crack control.� Methods of analysis shall be consistent with the design practice at the time of building design. � Required Expertise. The tasks associated with this potential procurement require specific key personnel credentials due to the nature of the effort and its public impact. The contractor shall be able to provide one principal investigator as minimum key personnel. The principal investigator must be a licensed professional engineer in at least one jurisdiction in the United States. Additionally, key personnel will be required to meet the qualifications identified below. For the purposes of this sources sought notice, respondents are NOT required to identify proposed individuals or to provide resumes. However, the contractor shall provide information about its ability to make appropriate personnel available. � Hold at least a Master�s degree in civil or structural engineering or a related field from an accredited college or university At least fifteen (15) years of experience in design and evaluation of reinforced concrete flat-plate structures in the eastern United States built in the late 1970s/early 1980s as well as built currently. � At least fifteen (15) years of demonstrated experience in design and evaluation of mid- to high-rise reinforced concrete flat-plate structures including performance under gravity and wind loads; Demonstrated experience in design and analysis for frame-shear wall interaction in flat-plate structures; Familiarity with concrete design provisions in ACI-318; both the 2019 and 1977 editions, and; Demonstrated experience with development and analysis of structural models using ETABS and SAFE software, or other structural software that the Offeror might suggest.� QUESTIONS REGARDING THIS NOTICE Questions regarding this sources sought notice may be submitted via email to Ms. Lauren Roller, Contract Specialist, at Lauren.Roller@nist.gov. Questions are due by or before 11:00 AM ET on May 6, 2022. Questions will be anonymized and answered via sources sought notice amendment following the question submission deadline. RESPONSE INSTRUCTIONS All responsible small business sources able to provide the services described above are asked to email a response to Ms. Lauren Roller, Contract Specialist, at Lauren.Roller@nist.gov by or before 11:00 AM ET on May 13, 2022 Please include the following information in the response: Name of company authorized to provide services, along with their address and a point of contact for the company (name, phone number, and email address). The company�s primary NAICS, size classification, and socio-economic status (i.e., Small Business, Woman Owned Small Business, Service Disabled Veteran Owned Small Business, etc.). Brief description of capabilities in relation to the three key task areas identified in this sources sought notice. Information on any GSA Federal Supply Schedules (FSS) or other Government-wide contracts through which the company offers these services, if applicable. Any other relevant information that is not listed above which the Government should consider. Responses are limited to a maximum total of ten (10) pages in MS Word or searchable PDF format. IMPORTANT NOTES This notice is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will not be responsible for any costs incurred by the respondents to this notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. No proprietary, classified, confidential, or sensitive information should be included in your response; however, NIST will recognize as restricted or proprietary data which is clearly marked such. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3a3eae1441b546ada17481eb4e0dbe68/view)
- Record
- SN06314563-F 20220504/220502230059 (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 |