News

BLAST DESIGN AND ANALYSIS (A-E)

Type of document: Contract Notice
Country: United States

BLAST DESIGN AND ANALYSIS (A-E)

Agency:
Department of the Army

Official Address:
Attn: CENWO- CT
1616 Capitol Ave Omaha NE 68102-4901

Zip Code:
68102-4901

Contact:
Denise M. Fricke, Contract Specialist, Phone 402-995-2057, Email Denise.M.Fricke@usace.army.mil тАУ Donna R. Larson, Contracting Officer, Phone 4022903692, Email donna.r.larson@usace.army.mil

Link:

Date Posted:
15/06/2018

Classification:
C

Contract Description:
C тАУ ARCHITECT-ENGINEERING DESIGN
IDIQ CONTRACTS FOR WORLDWIDE LOCATIONS
BLAST DESIGN AND ANALYSIS
PROTECTIVE DESIGN CENTER тАУ OMAHA DISTRICT US ARMY CORPS OF ENGINEERS

This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. The A-E services to be provided shall be in support of the Protective Design Center, Omaha District, Northwestern Division, U.S. Army Corps of Engineers.

Synopsis W9128F-18-R-0062 is set aside for SMALL BUSINESS PARTICIPATION under NAICS Code 541330 having a size standard of $15,000,000 in average gross annual receipts over the past 3 fiscal years. The Government intends to award two Indefinite Delivery Indefinite Quantity (IDIQ) contracts for A-E services for blast design and analysis, security, antiterrorism, and other protective measures for Department of Defense (DoD) and other Federal facilities. Each of the two (2) individual contracts will have a maximum capacity $4.9 million over a 5 (five) year ordering period. The minimum guarantee amount for the base period is $2,500. The task order maximums will be limited to the amount of available remaining contract capacity. Each firm responding to this solicitation must submit an SF 330 for evaluation of Architect-Engineering qualifications. Work will be issued by negotiated firm fixed price task orders. The ordering procedures will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, professional qualifications necessary for satisfactory performance of required services, uniquely specialized experience and technical competence in the type of work required, and equitable distribution of work among contractors.

Announcement Section A
A-E services to be issued under this IDIQ:

(1) Analyze Blast Effects on Structures:

Calculation of the dynamic response of building: wall, roof, door, window, and shock isolation components. Such analysis will be performed on steel, reinforced and unreinforced concrete, masonry components, wood and timber, glass and plastic window systems, and composite systems. Calculations shall consider brisance, spall, breach, shear, flexure, and rigid body response, material linear or nonlinear behavior as well as strain rate effects. Developing input parameters and assessing the output from engineering tools, single degree of freedom, multi-degree of freedom models and finite element models (explicit and implicit calculations).
Design, Analysis and Assessment of individual structures and building components to resist blast and weapon effects. Development and design of measures to mitigate those effects.

Sampling, testing, or investigation of geologic and facility construction materials to determine constitutive properties. Testing, instrumentation and documentation of testing of structural components against blast, fragment, ballistic, and explosively formed penetrator threats. Testing to include but not limited by scaled testing, shock tube testing, arena testing.

(2) Prediction of weapon (cased and uncased) and improvised explosive devices (IED) explosive and deflagration effects:
These include external blast (free-air, near ground and surface burst), internal blast (shock, gas pressure, temperature, venting, and confinement), cratering, ground shock (impact and coupled blast), fragmentation (characterization), penetration (fragment, projectile, ballistic, explosive formed penetrator) through geologic material, armor, reinforced concrete.

Determination of conventional weapon characteristics given only the weapon designation.

Analyze and design new and existing buildings and structures to comply with DoD criteria in UFC 4-023-03 тАЬDesign of Buildings to Resist Progressive Collapse,тАЭ UFC 3-340-01 тАЬDesign and Analysis of Hardened Structures to Conventional Weapons Effects,тАЭ UFC 3-340-02 тАЬStructures to Resist the Effects of Accidental Explosions,тАЭ Department of Defense standard DoD 6055.9-STD тАЬDOD Ammunition and Explosive Safety Standards,тАЭ and Army regulation AR 385-64 тАЬU.S. Army Explosives Safety Program.тАЭ

(3) Software and Design Criteria:

Formulate, write, document and validate computer software for applications in the areas of nonlinear dynamic response, weapons and IED effects, protective design and security engineering.

Develop design criteria in the form of UFC and UFGS documents and provide training on the fundamentals of protective design and security engineering protective measures.
Creating and revising websites using Microsoft SharePoint.

(4) Develop Antiterrorism/Force Protection Mitigation Measures:

Develop measures designed to mitigate specific aggressor threats using a security engineering approach which incorporates elements of construction, equipment, procedures, and manpower. Threats include improvised terrorist weapons and explosive devices, forced entry tools, and surveillance and eavesdropping tools.
Perform engineering design, analyses and prepare design calculation, drawing and specifications for AT/FP related construction.

Formulation of plans or planning procedures for integrated security engineering solutions to mitigating complex, multiple tactic threats to assets, including combinations of criminal, terrorist, and/or espionage related threats. Solutions must be integrated across building, sitework, and electronic security system components.

The types of A-E services to be awarded under this IDIQ include:
(1) Architectural and engineering analyses and designs.
(2) Preparation of construction plans and specifications.
(3) Architectural and engineering studies and reports on existing and proposed security, antiterrorism, protective measures.
(4) Development of guidance, criteria, guide specifications, methodologies, manuals, and training for the design of security, antiterrorism, and protective measures.
(5) Creating and revising websites using Microsoft SharePoint.

Announcement Section B
Selection Criteria (Evaluation Factors) and Related Submission Requirements:

The selection criteria for this synopsis are listed below in descending order of importance. Items 1 through 5 are primary selection criteria and are listed in descending order of importance. Item 6 is a secondary selection criteria and will be used only to distinguish differences between offerors that are equal in all other respects. Offerors shall submit and demonstrate the following areas of expertise and capabilities to be evaluated as part of the selection process:

1. Must demonstrate that personnel have security clearances and the offerorтАЩs facility can handle, process, and store classified information up to the SECRET level by submitting the CAGE code of the offeror. 

 
2. Must demonstrate ability to perform at least 50% of the labor effort with their own personnel per FAR 52.219-14. 

 
3. Specialized Experience and Technical Competencies.
The firms shall demonstrate their experience and competencies in the technical requirements listed in this subsection. The experience and competencies listed in this subsection are of equal importance.

a) Demonstrate experience and expertise necessary for the analysis and design of measures to resist blast effects on buildings and structures. See section A above for a listing of the types of skills sought for this contract. Do not include any classified or sensitive information in the SF330.

b) Demonstrate experience with developing; designing; and preparing construction plans, specifications, and construction cost estimates for measures to resist specified aggressor threats using UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings and UFC 4-020-01 DoD Security Engineering Facilities Planning Manual, and other UFC in the DoD Security Engineering Series.

c) Demonstrate experience with surveys and assessments of the security, antiterrorism, and protective measures for existing facilities for compliance with DoD and other Federal criteria. Also demonstrate experience the preparation of reports that include implementation plans, installation instructions, and estimated costs for improving the security, antiterrorism, and protective measures. Extra consideration will be given to offerors that demonstrate experience with building damage models using computer software such as Vulnerability Assessment Protection Option (VAPO), or other equivalent engineering software packages.

d) Demonstrate experience with architectural or engineering studies of existing and proposed security, antiterrorism, and protective measures for the development of guidance, criteria, guide specifications, methodologies, manuals, and training.

e) Demonstrate experience with testing, setting up of instrumentation, and gages. Demonstrate experience with shock tube testing, arena testing and scaled testing. Extra consideration will be given to offerors that demonstrate experience with documentation and reporting the results of such tests.

4. Professional Qualifications.

Demonstrate the professional qualifications, specialized experience, and technical competencies of their personnel in the design of security, antiterrorism, and protective measures. The key design services to be considered are the same as those listed under the тАЬSpecialized Experience and Technical QualificationsтАЭ subsection of this synopsis. At a minimum, provide resumes for the follow design professionals:

One registered architect or licensed professional engineer to serve as a project manager or team leader for task orders. This individual may also serve as one of the design professionals listed below.

One registered architect.
One licensed professional civil engineer.
One licensed professional structural engineer or a licensed professional engineer qualified to practice structural engineering.
One licensed professional mechanical engineer.
One licensed professional electrical engineer.

5. Past Performance. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from CPARS and other sources. (May be evaluated from CPARS information obtained by the Omaha District Office).

Past Performance Questionnaires (PPQ) may be used to provide or supplement a firmтАЩs past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC to the Contract Specialist.

6. Offerors are to submit volume of Department of Defense (DOD) contract awards the Contractor has received and has active actions on in the last twelve (12) months. 

 
Announcement Section C тАУ Ratings and Definitions

The following ratings will be used to evaluate documentation submitted by offerors (note that documentation submitted for evaluation in response to this announcement may be referred to throughout this announcement as an тАЬofferтАЭ, тАЬproposalтАЭ, or тАЬresponseтАЭ тАУ all of which are representative of the SF330 information being requested by this announcement):

Exceptional тАУ The offer exceeds the scope of the announcement requirements in the majority of the aspects of the particular factor. Strengths are present indicating maximum benefit to the government and no weaknesses, significant weaknesses or deficiencies are indicated.

Above Average тАУ The offer exceeds the scope of the announcement requirements in many aspects of the particular factor. Strengths are present indicating significant benefit to the government. The proposal may have weaknesses that have no impact on the proposal as a whole and do not require correction. 

 
Average тАУ The offer matches the scope of the announcement requirements of the particular factor. There may be strengths but they may not aggregate into an advantage indicating additional benefit to the Government, or they may be offset by weaknesses. Any weaknesses noted have only a minor impact on the proposal and are easily correctable. 

 
Marginal тАУ The offer matches some, but not all, of the announcement requirements of the particular factor. There may be limited or individual strengths, but they do not aggregate into an advantage and are offset by weaknesses, significant weaknesses and/or deficiencies. Weaknesses, significant weaknesses and/or deficiencies are correctable without major revision to the proposal. The Government may still receive benefit from the offer submitted.

Unacceptable тАУ The offer fails to meet a majority of announcement requirements or has omitted critical information required to evaluate the factor. There are no strengths. The offer contains multiple weaknesses, significant weaknesses and/or deficiencies, which are all correctable only with major revision to the proposal. A proposal that receives a final rating of тАЬUnacceptableтАЭ for any factor may not be considered for award.

Neutral тАУ In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated either favorably or unfavorably on past performance.

Definitions:
Strength тАУ Any aspect of a proposal that, when judged against a stated evaluation factor, enhances the merit of the proposal or increases the probability of successful performance of the contract.

Weakness тАУ A flaw in the proposal that increases the risk of unsuccessful contract performance. A тАЬsignificant weaknessтАЭ in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance.

Deficiency тАУ A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.

Announcement Section D тАУ Submission Instructions, Selection Process and Additional Information

In an effort to reduce paperwork and reduce cost, all proposals shall be submitted electronically via the AMRDEC SAFE website. All submissions shall be in Adobe PDF format with Optical Character Recognition (OCR) applied to all documents that will enable word searches to be conducted using Adobe-compatible PDF software.
Title the single files in the following format:

W9128F-18-R-0062_Company Name_SF 330
(Note: Company name may be abbreviated)

To submit proposals electronically via AMRDEC SAFE, go to the following website: At the AMRDEC SAFE website select тАЬNon-CAC UsersтАЭ in order to register, access the site and submit your proposal(s). When completing the information for transmittal at the AMRDEC SAFE website, you will be asked to enter e-mail addresses for the recipients. When your proposal is submitted via the AMRDEC SAFE website, the website will provide notification of the submittal to the recipients. For this solicitation, the recipients will be:

Mrs. Denise Fricke, Denise.M.Fricek@usace.army.mil
Mrs. Donna Larson, Donna.R.Larson@usace.army.mil

After submitting your information, you will receive two (2) disclaimers:
тАЬThe files were successfully uploaded.тАЭ
тАЬYour files cannot be downloaded by recipients until you verify your email address. Please check your email for further instructions.тАЭ
***OFFERORS MUST FOLLOW THE INSTRUCTIONS SENT TO YOUR EMAIL TO COMPLETE THE SUBMITTAL PROCESS*** 

For the purposes of determining whether the proposal was received тАЬlateтАЭ in accordance with FAR 15.208, the date and time the file(s) are uploaded into the AMRDEC SAFE website as identified in the AMRDEC e-mail sent to the Contract Specialist(s)/Contracting Officer will be the time and date the Government received the proposal. Please note that the process involves two steps, after the proposal has been uploaded to the AMRDEC SAFE website the Offeror must verify its email address in order for the Government to receive access to the proposal uploaded onto the AMRDEC SAFE website. Do not assume that electronic communication is instantaneous. Please make allowances for delays in transmittal.

Eligible interested firms having the capabilities to perform this work must submit Parts I and II of the SF330 information for the prime firm and all subcontractors/subconsultants (as necessary), as directed with respect to time, date and acceptable methods of delivery identified in this Announcement. 

 
FOR THE PRIME OFFEROR, PROVIDE THE FIRMтАЩS DUNS NUMBER AND CAGE CODE IN SF330, PART I, BLOCK B, BOX 5. FOR SUBCONTRACTORS/SUBCONSULTANTS, PROVIDE THESE FIRMSтАЩ DUNS NUMBERS AND CAGE CODES IN SF330, PART I, BLOCK C, BOX 9.

All proposers, including joint-ventures, must be registered in the System for Award Management (SAM) at and have completed their Representations and Certification.

All proposals submitted will become, upon receipt, the property of the U.S. Government and will be retained for the official contract file.

Upon completion of evaluation of the SF 330 offers received, a short list of most qualified firms will be determined. Until selection is completed, there will be no notification of any type to proposing firms. Once the short list is approved by the Source Selection Authority, those firms that did not make the short list will be promptly notified. There will one small business contract awarded as a result of negotiations. 

 
All questions concerning this announcement should be addressed to Denise Fricke, Contract Specialist, by email at Denise.M.Fricke@usace.army.mil Questions should be submitted no later than July 12, 2018.

Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 08/2016 edition, must be used, and may be obtained from the following web site: Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).

 

 

Response Date:
072018

Sol Number:
W9128F-18-R-0062

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy