Disaster and Failure Studies Support Services
ID: 1333ND24QNB730225Type: Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGYDEPT OF COMMERCE NISTGAITHERSBURG, MD, 20899, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The U.S. Department of Commerce, through the National Institute of Standards and Technology (NIST), is seeking proposals for Disaster and Failure Studies Support Services under a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement aims to provide specialized engineering services related to disaster and failure studies, including categories focused on earthquakes, evidence preservation, and fire disasters, with the primary category open to all business sizes and specific categories reserved for small businesses. This initiative is crucial for enhancing the nation's resilience to disasters and ensuring effective response strategies. Interested contractors should note that the total contract value is capped at $9.8 million over five years, with proposals due by November 15, 2024, and should contact Lauren P. Roller at lauren.roller@nist.gov or Adam C. Powell at adam.powell@nist.gov for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for a government project aimed at addressing specific needs within federal, state, and local contexts. The primary focus is on soliciting proposals that demonstrate expertise in delivering comprehensive solutions aligned with outlined objectives in the Statement of Work (SOW). Key elements covered include qualifications required from bidders, the evaluation criteria to assess proposals, and timelines for submission. The document emphasizes collaboration and compliance, highlighting the importance of adhering to federal regulations and local requirements throughout the project lifecycle. It seeks innovative approaches while ensuring that all contributing factors, such as environmental impacts and community engagement, are adequately considered. Overall, the RFP serves as a strategic solicitation to enhance service delivery through qualified partnerships, aiming for a measurable improvement in public services.
    The document serves as a solicitation for multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts issued by the National Institute of Standards and Technology, with a maximum aggregate value of $9,800,000. The solicitation seeks proposals for providing specialized services and products, detailing a range of labor categories required, along with educational and experience prerequisites for applicants. It encompasses various engineering and administrative roles, including Program Managers, Engineers, and Data Scientists, specifying minimum qualifications and responsibilities. The contract period is slated from January 20, 2025, to January 19, 2030, with proposals due by noon on November 15, 2024. The document also outlines provisions for the submission process, acknowledges potential amendments, and emphasizes terms related to competition and contract management. The structure includes distinct sections for schedules, specifications, contract clauses, and evaluation factors, ensuring clarity in expectations for offerors. This solicitation underscores the government's commitment to structured procurement processes, fostering transparency and competition among potential contractors in federal and state programs.
    The document outlines a Small Business Subcontracting Plan template for federal procurement, aimed at ensuring that a designated percentage of subcontracted dollars go to small businesses, including those owned by veterans, women, and minorities. It includes sections for company information, types of plans, key metrics such as the total contract value and estimated subcontract amounts, as well as specific goals for various socioeconomic business categories. The plan specifies requirements for maintaining records, developing subcontracting goals, and promoting small businesses’ participation in procurement processes. Additionally, it details administrative responsibilities, opportunities for subcontracting, and assurances that the contractor will engage small businesses in compliance with federal regulations. The document also emphasizes the need for reports and records that track subcontracting activities and promote transparency in the utilization of small business concerns in federal contracts. This structured approach seeks to foster equitable opportunities for small businesses, aligning with government initiatives to support economic diversity and inclusion in public contracting.
    The document outlines a detailed schedule of labor categories required for a federal contract, specifying roles along with their respective education and experience requirements. Key roles include: 1. **Program Manager**: Requires a bachelor's degree and 10 years of project management experience, with responsibilities for overseeing complex task orders and integrating plans across functional systems. 2. **Principal**: Should hold a master's degree and 15 years of experience, focusing on client satisfaction and overall project delivery. 3. **Administrative Support Specialist**: Needs a bachelor’s degree and at least one year of experience, tasked with technical writing and general administrative duties. The document continues to detail various engineering and technical roles, such as Software Developers, Environmental Scientists, Financial Analysts, and Engineers across different specializations. Each position is characterized by varying levels (I-IV), denoting increasing educational and experiential demands, from one year of experience at Level I to 20 years for Level IV. This extensive labor category schedule is part of the federal government's Request for Proposals (RFP) and grants, aimed at ensuring the procurement of qualified personnel to meet the technical and operational standards required for project execution in various scientific and engineering domains. The specificity and structured approach reflect the government’s commitment to competence and compliance in fulfilling contract obligations.
    The document outlines a multiple-award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract by the government for disaster and failure studies. It features a primary category for all business sizes and three specific categories limited to small businesses, with a ceiling of $9.8 million over five years, and individual task orders capped at $2 million. Task orders will be solicited following stringent procedures defined for requesting quotations, fair opportunity among contractors, and conditions for task order types which include firm-fixed-price, time and materials, and labor hour orders. Additionally, the document details on-ramp and off-ramp procedures allowing the government to adjust the number of contractors based on market conditions, performance, or compliance. Contractors are required to submit reports on small business subcontracting achievements, ensuring accountability. The focus is on providing a structured method for disaster-related studies, with clear guidelines on contractor involvement, task execution, and evaluation standards. This IDIQ contract aims to facilitate the government’s needs while fostering small business participation, thus reflecting federal efforts to support diverse contracting opportunities.
    The RFP #1333ND24QNB730225 from the National Institute of Standards and Technology (NIST) outlines the submission process for Disaster and Failure Studies Support Services. Offerors must be registered in SAM and adhere to specific proposal formatting guidelines, including separate technical and pricing proposals. The submission is structured in two phases, where Phase 1 focuses on demonstrating prior experience through an 8-page document, leading to an advisory down-select notification for Phase 2 participation. Phase 1 submissions are due by November 15, 2024, and cover various disaster-related tracks, such as earthquake, fire, and evidence preservation. Each track has specific questions to assess the offeror's relevant experience and knowledge. Phase 2 proposals, due shortly afterward, require detailed technical approaches and pricing information without page limits. The document emphasizes that proposals should be concise, clear, and logically arranged, and reiterates the importance of prior experiences from federal or private sectors. The submission process is designed to ensure an equitable evaluation while minimizing burdens on offerors. The timeline includes various key dates, such as an anticipated award date of January 10, 2024, underscoring the urgency and structured nature of the solicitation process.
    The document outlines the evaluation criteria for the solicitation of Disaster and Failure Studies Support Services, identified by Solicitation #: 1333ND24QNB730225. The government seeks to award an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to the highest technically rated offerors within reasonable prices, with the possibility of multiple awards. Proposals will undergo a two-phased evaluation process, beginning with an assessment of demonstrable prior experience in Phase I, which will not consider price. Only those that satisfy Phase I will have the option to advance to Phase II, which evaluates mock task orders and the offeror's management approach. The evaluation is conducted using a confidence rating scale, with price judged for fairness and reasonableness, but not ranking among the criteria. Additionally, small business subcontracting plans will be evaluated for non-small business offerors. The document emphasizes the government's discretion in awarding contracts, maintaining a right to withdraw if submissions do not meet expected standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SME Svcs for NAIS Application
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking proposals for Subject Matter Expert (SME) services related to the National Associate Information System (NAIS). The procurement aims to engage contractors with prior experience in the NAIS system to perform critical tasks such as reverse engineering the software, documenting functionalities, and executing functional test cases over a project period from December 1, 2024, to November 30, 2028. This initiative underscores the importance of leveraging small businesses, particularly women-owned small businesses, in federal contracting while ensuring compliance with security protocols and effective project delivery. Interested parties must submit their proposals by October 29, 2024, and direct any questions to Gina Lee at gina.lee@nist.gov or by phone at 301-975-8334.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    Disaster Resiliency Project (DRP) Phase 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Los Angeles office, is seeking sources for the Disaster Resiliency Project (DRP) Phase 2. This initiative aims to enhance disaster resilience through the construction of commercial and institutional buildings, as indicated by the NAICS code 236220 and PSC code Y1JZ. The project is critical for improving infrastructure and ensuring preparedness against future disasters. Interested parties can reach out to Dominic Pebenito at dominic.m.pebenito@usace.army.mil or Rubyann Prout at rubyann.prout@usace.army.mil for further details and inquiries.
    Quantitative Analytical Testing
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST), part of the Department of Commerce, is seeking vendors capable of providing quantitative analytical testing services for various analyte classes and matrix groups, including foods, supplements, and environmental solutions. This Sources Sought Notice (NIST-MML-25-SS01) aims to gather detailed information on vendors' testing capabilities, including methodologies, turnaround times, testing capacity, accreditations, and data reporting formats, as part of market research rather than a solicitation for proposals. The information collected will inform future procurement processes, with a Request for Quotation anticipated in early FY2025 and contract awards expected by mid-FY2025. Interested parties should respond with their organizational capabilities and experience to Don Graham at deg@NIST.GOV by the specified deadline.
    Applicare Support & Maintenance Services
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) intends to procure Applicare Support & Maintenance Services through a sole-source contract with Louisville Lightspeed Project Management, LLC. This procurement includes software renewal, security patches, upgrades, technical support for troubleshooting, and 120 hours of assistance with product customization and installation for the Applicare software, which is essential for performance monitoring of web applications via synthetic transactions. The contract is set to run for one year, from January 1, 2025, to December 31, 2025, reflecting NIST's commitment to maintaining efficient web application performance monitoring. Interested parties may submit their capability statements within 10 days of the announcement, and for further inquiries, they can contact Gina Lee at gina.lee@nist.gov or call 301-975-8334.
    Office of Advanced Manufacturing (OAM) being a Foundational Sponsor for the 2024 Manufacturing Momentum Summit - Combined Sources Sought/Notice of Intent to Sole Source
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Institute of Standards and Technology (NIST), is seeking sources capable of providing foundational sponsorship for the 2024 Manufacturing Momentum Summit. The requirements for this sponsorship include registrations for various NIST teams, speaker opportunities, display space for Manufacturing USA Institutes, and recognition in event communications. This sponsorship is crucial for promoting advanced manufacturing initiatives and fostering collaboration among industry stakeholders. Interested parties should respond to Robert Singman at robert.singman@nist.gov by October 15, 2024, with their capabilities and any questions regarding the opportunity.
    B--Harmful Algal Blooms (HABs) Analytical Services
    Active
    Interior, Department Of The
    The Department of the Interior, through the U.S. Geological Survey (USGS), is seeking qualified small businesses to provide Harmful Algal Blooms (HABs) Analytical Services under an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The contractor will be responsible for conducting a variety of scientific analyses on environmental matrices, including water and biological samples, adhering to standardized methods established by the U.S. Environmental Protection Agency and other relevant organizations. This initiative is crucial for monitoring and understanding the environmental impacts of harmful algal blooms, supporting regulatory investigations and scientific research efforts across various sites in the U.S. The total contract value is approximately $9.3 million, spanning five years with a potential six-month extension, and the solicitation is anticipated to be released around December 15, 2024. Interested parties can contact Jennifer Rollin at jrollin@usgs.gov or by phone at 303-236-9321 for further information.
    Davis-Bacon Prevailing Wage Certified Payroll Platform
    Active
    Commerce, Department Of
    The National Institute of Standards and Technology (NIST) is seeking vendors to provide a Davis-Bacon Prevailing Wage Certified Payroll Platform as part of an initiative under the CHIPS and Science Act of 2022. The platform aims to streamline compliance with wage requirements for federally funded construction projects in semiconductor manufacturing, featuring centralized certified payroll reporting, demographic data collection, and a robust compliance monitoring system, all while ensuring FEDRAMP approval and strict security controls. This procurement is crucial for enhancing transparency in labor practices and efficient management of federal funding, with a contract that includes a 12-month base period and four optional extension years. Interested businesses should submit their capability statements to Lia M. Arthofer at lia.arthofer@nist.gov by the specified deadline, as the government will not pay for information received during this sources sought announcement.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    FEMA Request for Information Post-trauma Disaster Care
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) to gather insights on post-trauma disaster case management barriers, best practices, and innovations. The objective of this RFI is to assess the marketplace's capabilities to provide turnkey congregate sheltering services and to inform potential future enhancements to FEMA's Disaster Case Management (DCM) program, which supports state, local, tribal, and territorial governments in assisting disaster survivors. This initiative is crucial for improving the efficiency and accessibility of disaster recovery services, ensuring that all survivors receive the necessary support regardless of their background. Interested parties can direct their inquiries to Isaac Chapple at Isaac.Chapple@fema.dhs.gov or Edward Rudd at Edward.ruud@fema.dhs.gov, with no specific funding amount or contract award anticipated at this time.