SPECIAL NOTICE
R -- Functional Recovery of Transportation Networks, Flood and Earthquake Combined Assessment
- Notice Date
- 8/1/2024 9:12:49 AM
- Notice Type
- Special Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- AMDTCNOI2402468
- Response Due
- 8/8/2024 8:00:00 AM
- Archive Date
- 08/23/2024
- Point of Contact
- Hunter Tjugum, Phone: 3034973663
- E-Mail Address
-
hunter.tjugum@nist.gov
(hunter.tjugum@nist.gov)
- Description
- NOTICE OF INTENT TO SOLE SOURCE Contracting Opportunities Announcement Type: Special Notice Announcement Number: AMDTCNOI2402468 Title: Functional Recovery of Transportation Networks, Flood and Earthquake Combined Assessment Introduction This is a notice of intent, not a request for a quotation. A solicitation document will not be issued, and quotations will not be requested. Purpose The National Institute of Standards and Technology (NIST) intends to negotiate a firm-fixed priced purchase order on a sole source basis with Grid Engineers, I.K.E., located at 3 Pampouki, Neo Psichiko, 15451, Greece. The purchase order will specifically procure contractor services to assess the road transportation network resilience in the U.S. for combined flood and earthquake hazards using a methodology produced in a previous NIST contract with Grid Engineers for the NIST RESISTANT Tool. The period of performance will be effective from September 1, 2024, through August 31, 2025, with optional tasks that may extend the performance period by up to an additional six (6) months for a total performance period of 18 months. � Authority This acquisition is being conducted under the authority of FAR Subpart 13.106(b)(1) allowing the Contracting Officer (CO) to solicit from one source. The North American Industry Classification System (NAICS) code for this acquisition is 541690 � Other Scientific and Technical Consulting Services, with a small business size standard of $19.0 million. Description Although the Bipartisan Infrastructure Law was signed into law in November of 2021, the nation continues to spend several millions of dollars for relief and compensation of extreme climate events. In 2023 alone, the United States (US) experienced 28 separate weather and climate disasters costing at least $1B, while the cumulative loss due to large scale (i.e., over $1B each) weather and climate-related events in the same year $92.9B. According to the US National Climate Assessment Report (source: https://nca2023.globalchange.gov/), climate change is estimated to cost the US some $150B yearly due to direct impacts that include damage to infrastructure, worker injuries and agricultural losses. As the price of climate change keeps increasing, climate resilience is a national priority. Transportation infrastructure has been hurting greatly from climate-induced effects, with failures proven to cause cascading impacts to various sectors of our national economy. To plan actions and optimize investments in highway networks in particular, a methodology for assessing the resilience in such networks through the functional recovery lens, considering both direct and indirect losses is necessary. The project will advance recent work by NIST where RESISTANT, an Investment Planning Tool for Enhancing Earthquake Performance and Recovery of Transportation Infrastructure, was developed. The same methodology will be applied to assess the flood resilience of regional case studies of US road networks and develop validated flood vulnerability and functional recovery models for highway assets. A methodology will be developed and applied to two specific case studies, to: (i) assess the network flood resilience; and (ii) apply the newly developed NIST RESISTANT methodology in the same cases for earthquakes. The project will provide input that can advance standards such as FHWA�s ADAP (Adaptation Decision-Making Assessment Process). This effort is directly addressing Recommendations 1 and 4 of the NIST SP 1254 Report for functional recovery performance goals � specifically for transportation structures � that require infrastructure to be maintained or to quickly provide service to the population after natural hazard events. Scope of Work The Contractor shall assess the road network resilience of a US region to be selected in collaboration with NIST for combined flood and earthquake hazards. The project shall have two main components: i. Assessment of road network flood resilience. Flood-induced losses shall be calculated for different scenarios produced by combining region-specific flood hazard maps with appropriate vulnerability functions for road assets based on literature data. Losses shall be both direct (due to material damage to the road assets) and indirect (due to operation interruption of road segments for repairs.) Functional recovery times shall be estimated as a function of the damage (or inundation) level of each asset and shall relate to specific traffic measures (e.g., segment closure, lane restrictions etc.). A full traffic analysis shall be performed for each scenario whereby traffic shall be rerouted (based on the minimum travel cost) to account for the limited network functionality. Losses shall be annualized by aggregating results for different scenarios to provide the actual flood risk premium for the case study. Such a combination of a flood damage assessment and a full traffic redistribution analysis is unique and shall allow understanding of the actual cost of climate change (flood) on transportation systems. ii. Application of the newly developed NIST RESISTANT methodology in the same case study for earthquake scenarios. This application shall investigate potential consequences of a combined flood and earthquake impact, to estimate the level of preparedness of the nation�s infrastructure against such events which have been witnessed recently (e.g., the Turkiye-Syria earthquakes in 2023). The methodology and case study results shall be presented in a report with step-by-step illustrations, which will contribute to improving standards such as the Adaptation Decision-Making Assessment Process (ADAP) developed by the Federal Highway Administration (FHWA, 2016). Sole Source Determination The sole source determination is based on the following: Previously, Grid Engineers, I.K.E. developed the NIST-RESISTANT tool under the NIST award no. 1333ND21PNB730475, entitled �Developing an Investment Planning Tool for Enhancing Earthquake Performance and Recovery of Transportation Infrastructure Lifelines,� which was used to facilitate an assessment of earthquake hazards on transportation infrastructure. EL seeks to obtain contractor services to continue and follow the same NIST RESISTANT tool methodology to assess flood hazards and its impact on transportation networks. Floods are the most significant climate-related stressor for US transportation infrastructure. For purposes of continuity of science, Grid Engineers, I.K.E., is the only source that can fully achieve this requirement and the required services must be purchased directly through Grid Engineers, I.K.E. No other sources exist that can achieve this requirement. Information for Interested Parties Interested parties that believe they could satisfy the requirements listed above for NIST may clearly and unambiguously identify their capability to do so in writing by or before the response date for this notice. This notice of intent is NOT a solicitation. Any questions regarding this notice must be submitted in writing via email to Hunter Tjugum, Contract Specialist, at Hunter.Tjugum@nist.gov. All responses to this notice of intent must be submitted via email to hunter.tjugum@nist.gov so that they are received no later than 11:00 AM, Eastern Time, on the 5th business day following release of this notice. Each response should include the following Business Information: a.��� Contractor Name, Address, b.��� Point of Contact Name, Phone Number, and Email address c.��� Contractor (SAM) Universal Entity Identification (UEI) d.��� Contractor Business Classification (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System for Award Management (SAM). All offerors must have an active registration in www.SAM.gov. e.��� Capability Statement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51bcddff21d940be94c7478e90275177/view)
- Record
- SN07152187-F 20240803/240801230144 (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 |