Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

A -- Research and Development for Measuring the Implementation of Best Practices for Project Security.

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-05-Q-0876
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Description
The U.S. Department of Commerce (DoC), National Institute of Standards and Technology (NIST) in Gaithersburg, Maryland requires a Contractor to provide research and development for measuring the implementation of best practices for project security. NIST?s Building and Fire Research Laboratory (BFRL) has as its mission to meet the measurement and standards needs of the building and fire safety communities. A key element of that mission is BFRL?s commitment to homeland security. Specifically, the goal of BFRL?s homeland security effort is to develop and implement the standards, technology, and practices needed for cost-effective improvements to the safety and security of buildings and building occupants, including evacuation, emergency response procedures, and threat mitigation. The strategy to meet this goal is supported by BFRL?s: research and development (R&D) program to provide a technical foundation that supports improvements to building and fire codes, standards, and practices that reduce the impact of extreme threats to the safety of buildings, their occupants and emergency responders; and dissemination and technical assistance program (DTAP) to engage leaders of the construction and building community in implementing proposed changes to practices, standards, and codes. DTAP will also provide practical guidance and tools to better prepare facility owners, contractors, architects, engineers, emergency responders, and regulatory authorities to respond to future disasters. The results of this research study will provide guidance for implementing security-related practices during the delivery process of chemical manufacturing, energy production and distribution, and transportation infrastructure projects. By focusing on the project delivery process?planning through start-up?this research increases the likelihood that cost-effective protective measures will be implemented. This research effort has three distinct tasks. These tasks are: (1) a statistical analysis of a broad cross-section of projects drawn from the chemical manufacturing, energy production and distribution, and transportation infrastructure sectors; (2) a case-by-case analysis of ?exemplary? projects drawn from the chemical manufacturing, energy production and distribution, and transportation infrastructure sectors; and (3) a technical report synthesizing findings from the research effort. Procurement Method: This will be an unrestricted competitive procurement to be conducted under FAR Part 13, Simplified Acquisition Procedures, since NIST has determined that a small business set-aside is not appropriate based on its market research. North American Industry Classification System (NAICS) 541690 will apply to the procurement, with a small business size standard of $6.0 million. The Government contemplates award of a single Firm-Fixed Price (FFP) purchase order with a period of performance from date of purchase order acceptance through May 31, 2006 for requirements specified in the Request for Quotations (RFQ). RFQ is anticipated to be posted on www.fedbizopps.gov on or about August 12, 2005. The solicitation, solicitation amendments, and all questions and answers related to this procurement will only be made available via www.fedbizopps.gov. Potential offerors are encouraged to monitor www.fedbizopps.gov periodically to determine when the RFQ has been posted. There is no incumbent Contractor for this acquisition. No bidders list is being maintained for this procurement. Quotations will be due no later than ten (10) days after RFQ is release unless the RFQ is amended to extend the due date for quotations. All responsible sources may submit a quotation in response to the RFQ after it is posted.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD 20899
Zip Code: 20899
Country: USA
 
Record
SN00856615-W 20050730/050728211855 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.