Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2023 SAM #8051
SOURCES SOUGHT

C -- National Disaster Recovery Services

Notice Date
12/11/2023 2:18:55 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
CPO : CHICAGO OPERATIONS BRANCH CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
86614124Q00002
 
Response Due
12/19/2023 12:30:00 PM
 
Archive Date
01/03/2024
 
Point of Contact
Lisa Simon, Phone: 3129138599
 
E-Mail Address
Lisa.Simon@hud.gov
(Lisa.Simon@hud.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS The Department of Housing and Urban Development (HUD) is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for National Disaster-Initial Damage and Recovery Progress Assessment. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541310-Architectural Services. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by December 19, 2023, by 2:30 p.m. central time. All responses under this Sources Sought Notice must be emailed to Lisa.Simon@hud.gov. Additional information on the required services is listed below. If you have any questions concerning this opportunity, please contact: Lisa.Simon@hud.gov. BACKGROUND: This is a new requirement.� No other contracts have been awarded or executed in the past for this effort. Section 508 compliance is not applicable to this effort as this does not include any IT component.� MFH has responsibility for the oversight of over 30,000 multifamily properties with HUD financing or subsidy in all 50 states and territories.� Natural disasters occur throughout the country and the year, although the impact of hurricanes is more prevalent from June through November and more severe in areas affected by hurricanes, such as the Southeast and Southwest regions.� When a disaster impacts an area, MFH performs telephonic assessments of all affected properties and based on those reports, requires an initial onsite assessment of the physical condition of the properties with reported damage to determine scope of required repairs; timing of recovery; and potential impact on residents.� After the initial onsite assessment, MFH may require periodic recovery assessments.� The timing and number of affected properties is difficult to predict, as the determinant is properties impacted by natural disasters. There is no prior procurement history related to this requirement. Without acquiring this service, timely inspection cannot be conducted. The demand of disaster assessment services in the current marketplace will fluctuate based on the occurrence of natural disasters and factors that correlate to the need for restoration based on demand for affordable housing. GENERAL DESCRIPTION OF WORK: Assist in oversight of the performance of physical damage assessments of Multifamily Housing properties affected by disasters. The Department of Housing and Urban Developments (HUDs) Office of Multifamily Housing (MFH) requires Contractor support to provide disaster assessment services, recovery progress reporting services, and cost estimates for select properties identified by HUD. Services shall include: Program Management Disaster Assessments Cost Estimates Recovery Progress Assessments Transition Services THE TASKS REQUIRE A SET OF SKILL CATEGORIES BASED ON THE FOLLOWING APPROXIMATE BREAKDOWN: Project Manager � Shall be required provide oversight of all contract requirements, deliverables and responsible for the following but is not limited to overall contract management, control of funds and resources allocation, quality control, formulating and enforcing work standards, reviewing work discrepancies, supervising supervisory personnel, communicating policies and managing client communication. Assessment Inspector � Shall be required to perform all contract requirements related to on-site assessments. Clerical � Shall perform all office and clerical functions required by the contract and Contractor. CONTRACTOR PERSONNEL - PROFESSIONAL QUALIFICATIONS The Contractor must have at least 51% of the personnel effort in supporting the technical work will be performed by the primary contractor.� This contract requires two key personnel labor categories:� Project Manager (both primary and alternate) and Assessment Inspectors.� For each proposed key personnel, firms must submit copies of licenses, registration, and certifications prior to performance under this contract.� All proposed Key Personnel must meet at least one of the following professional learned knowledge qualifications: A.������� Bachelor of science degree in architect, construction management, or engineering related field, and i.��������� State registered or licensed architect or engineer; or ii.�������� National Council of Architectural Registration Boards (NCARB), National Council of Examiners for Engineering and Surveying (NCEES) or International Code Council (ICC) licensed; or iii.������� One or more related Contractor licenses or certifications. B.�������� Bachelor in another field than architect or engineering, and i.����� State registered or licensed architect or engineer; or ii.���� NCARB, NCEES or ICC licensed; or iii.��� Two or more related Contractor licenses or certifications; or iv.��� An additional year of construction work experience in all three phases to the ""Assessment Inspector Standard Minimum� experience cited below under specialized experience: or v.���� Experience with one more Multifamily Housing (MFH) project to the to the ""Assessment Inspector Standard Minimum� experience (MFH projects have more than five residential units). C.��� Associates in Science in construction, architect, or engineering related field, plus one additional year construction work experience in all three phases and one more MFH projects to the ""Assessment Inspector Standard Minimum experience, and one of the following: i.����� State registered or licensed architect or engineer; or ii.���� NCARB, NCEES or ICC licensed; or iii.��� Three or more related Contractor licenses or certifications; or iv.��� Two more years of construction work experience in all three phases to the ""Assessment Inspector Standard Minimum� experience; or v.���� Experience with two more MFH projects to the ""Assessment Inspector Standard Minimum� experience. D.��� Add three more years of work experience in all three phases and three more MFH projects to the ""Assessment Inspector Standard Minimum� experience, and one of the following: i.����� State registered or licensed architect or engineer; or ii.���� NCARB, NCEES or ICC licensed; or iii.��� Three or more related Contractor licenses or certifications; or iv.��� Two more additional years of work experience in all three phases to the ""Assessment Inspector Standard Minimum� experience; or v.���� Two more MFH projects to the ""Assessment Inspector Standard Minimum� experience. All proposed Key Personnel must have specialized experience in addition to learned knowledge qualification requirements.� The minimum specialized experience standards for each Key Personnel are:� Assessment Inspector Standard Minimum� experience: within the past eight years- 1.���� Three years performing inspections for each phase: pre-pour inspections; framing inspections for each: plumbing, electrical; and HVAC systems; and final inspections; and performed inspections for each phase on at least two MFH projects. (MFH projects have more than five residential units); or 2.���� Five years of experience in a combination of multifamily, single family, and commercial construction inspections (for each phase), with a minimum of one of those five years being multifamily.� Performed inspections on at least two phases, for at least one MFH project. Project Manager qualifications- 1.���� Meet �Assessment Inspector Standard Minimum� experience, except must be performed within past fifteen years instead of past eight years; and 2.�� Meet at least one of the following Contract Manager specific experience criteria: i.����� Within the past six-years, had at least three-year�s experience in managing and overseeing MFH construction inspection projects; or ii.���� Within the past six years, managed and overseen at least three MFH construction inspection projects. The firm itself and key personnel must have knowledge of 1) construction and architectural administration, agreements, and contracts, 2) national building codes and standards, current standard construction methods and procedures, and 3) Federal Accessibility Standards such as; Fair Housing Act, Fair Housing Accessibility Guidelines, Americans with Disability Act Title III & 504 (UFAS or Deeming Notice for use of ADA until UFAS is updated).� The contractor shall consider the complexity of each project and the Assessment Inspector background when assigning projects. The Contractor must submit resumes and copies of licenses, registrations, and certifications to the SCOR/COR to support personnel qualifications for award and when proposing changes.� The Contractor shall provide sufficient time for government review and approval of key personnel changes to prevent endangering performance of any assessment project. CONTEMPLATED PERFORMANCE METRICS: Number� � �Name� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Frequency� � � � � �Quantity A001� � � � �Draft Program Management Plan� � � � � � � � � � � � � � � � � � � � � Once� � � � � � � � � ��1 A002� � � � �Final Program Management Plan� � � � � � � � � � � � � � � � � � � � � Once� � � � � � � � � ��1 A003� � � ��Meeting Confirmation� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once� � � � � � � � � � �1 A004� � � � Meeting Minutes� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once� � � � � � � � � � �1 A005� � � ��Initial (Final) Damage Assessment (A-5) Report� � � � � � � � � � Once� � � � � � � � � � ��1 A006� � � ��HUD Form 9602� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once� � � � � � � � � � ��1 A007� � � � Photographs� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once� � � � � � � � � � ��1 A009� � � ��Health and Safety Deficiency Recommendation Report� � � ��Once� � � � � � � � � � � 1 A010� � � ��Cost Estimate Report� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once� � � � � � � � � � � 1 A011� � � � Trip Report� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��Once� � � � � � � � � � �1 A012� � � ��HUD Form 95379� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Once� � � � � � � � � � �1 A013� � � ��Schedule of Assessment Report� � � � � � � � � � � � � � � � � � � � � � Once� � � � � � � � � � �1 A014� � � ��Recovery Progress Assessment Issues� � � � � � � � � � � � � � � � �Once� � � � � � � � � ��1 A015� � � �Recovery Progress Assessment Reports� � � � � � � � � � � � � � � �Once� � � � � � � � � ��1 A016� � � �Health and Safety Deficiency Report� � � � � � � � � � � � � � � � � � �Once� � � � � � � � � ��1 A017� � � �Transition-Out Plan� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � ��Once� � � � � � � � � � �1 CONTEMPLATED PLACE OF PERFORMANCE: The contractor will perform the services (i.e. projects) in the following MFH Region: Northeast Region: Which includes Washington D.C and the following 13 States of New York, Pennsylvania, New Jersey, Rhode Island, Maryland, Connecticut, Massachusetts, Virginia, West Virginia, New Hampshire, Vermont, Delaware, and Maine. Southeast Region: Which includes the following 8 States of Georgia, Kentucky, Tennessee, North Carolina, South Carolina, Florida, Mississippi, Alabama, and the Commonwealth of Puerto Rico. Midwest Region: Which includes the following 6 States of Illinois, Michigan, Ohio, Indiana, Wisconsin, and Minnesota. Southwest Region: Which includes the following 9 States of Texas, New Mexico, Oklahoma, Louisiana, Arkansas, Missouri, Iowa, Nebraska, and Kansas. West Region: Which includes the following 14 States of Alaska, Arizona, California, Colorado, Hawaii, Idaho, Montana, Nevada, North Dakota, Oregon, South Dakota, Utah, Washington, and Wyoming.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ee24b5d8e574d039d0ffe5c99c2b661/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06908968-F 20231213/231211230046 (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.