SPECIAL NOTICE
R -- Development of Benchmark Building Designs to Assess National Functional Recovery Design Provisions
- Notice Date
- 7/14/2025 10:15:57 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
- ZIP Code
- 20899
- Solicitation Number
- NIST-NOI-25-7302141
- Response Due
- 7/21/2025 8:00:00 AM
- Archive Date
- 08/05/2025
- Point of Contact
- Lauren P. Roller, Phone: 3019753062
- E-Mail Address
-
lauren.roller@nist.gov
(lauren.roller@nist.gov)
- Description
- NOTICE OF INTENT TO SOLE SOURCE Development of Benchmark Building Designs to Assess National Functional Recovery Design Provisions Announcement Type: Special Notice Announcement Number: NIST-NOI-25-7302141 Subject: Development of Benchmark Building Designs to Assess National Functional Recovery Design Provisions 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 the National Institute of Building Science (NIBS), UEI: HYNHS5VQEFC3, located at 2121 K Street NW, Suite 800, Washington, DC 20037-1811. The purchase order will be for development of benchmark building designs to assess national functional recovery design provisions. The order will have an eighteen-month period of performance. 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 541330 � Engineering Services with a size standard of $25.5 Million. Description NIST requires Contractor support to develop realistic benchmark building design test cases and document and compile the relevant design and response data. The Contractor shall develop benchmark building designs that are representative of typical U.S. design and construction practice with specific details on both structural and nonstructural design specifications. Each design shall be re-designed and assessed according to the new functional recovery design provisions currently being considered for adoption in ASCE 7. A report shall be developed by the Contractor documenting the details of each building design and any issues identified when considering Functional Recovery performance targets. Please see the attached proposed Statement of Work for details. Sole Source Determination The sole source determination is based on the following: The design test cases to be developed shall be based on new functional recovery building design provisions developed by the National Institute of Building Sciences (NIBS) which are currently being considered for adoption under ASCE 7. As NIBS is the developer and facilitator of the provisions under consideration, and has organized the panel of experts that is preparing the proposed provisions, no other contractor has the knowledge or capability to prepare design test cases based on the draft provisions. NIBS is the only contractor capable of performing the required services. 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 Ms. Lauren Roller, Contract Specialist, at Lauren.Roller@nist.gov. All responses to this notice of intent must be submitted via email to Lauren.Roller@nist.gov so that they are received no later than July 21, 2025 at 11:00 AM Eastern Time. Each response should include the following Business Information: Contractor Name, Address, Point of Contact Name, Phone Number, and Email address Contractor UEI 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 register in the SAM located at http://www.sam.gov/portal/SAM/#1 Capability Statement
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/423bd97bbbec45efb4ee94b06113e582/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07507846-F 20250716/250714230046 (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 |