ACAN - SOLICITATION NUMBER: 19-58009
REQUIREMENTS FOR FLOOD-RESISTANT BUILDINGS
1.
Advance Contract Award Notice (ACAN)
An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
2.
Definition of Requirements
Under the Climate-Resilient Buildings and Core Public Infrastructure project, the National Research Council has a requirement to develop:
(i) Prescriptive and performance-based requirements for the design of buildings to resist flood-related loads ; and
(ii) Guidelines for improving the flood resistance of existing buildings of varying importance.
The work would involve preparation of new provisions and related guidance documents for flood-resistant buildings for implementation in the future editions of the Canadian codes, standards and guides.
This contract seeks to enter into an agreement with Coulbourne Consulting to develop requirements for flood-resistant new and existing buildings.
NRC requests under the deliverables of this contract that Coulbourne Consulting provide:
1. An execution plan that describes how each of the deliverables are to be developed, including research and data needs and schedule requirement for each deliverable.
2. A set of prescriptive flood-resistant design guidelines similar to those in ASCE-7 (2016). These will define how structural systems of buildings should be designed, constructed, connected and anchored to resist flotation, collapse and permanent lateral displacement due to the action of flood loads associated with the design flood and other loads in accordance with the load combinations and load factors in Part 4 of the National Building Code of Canada.
3. A set of performance-based design guidelines. These guidelines will be used by building owners, engineers, architects and floodplain professionals to help determine the magnitude of flood loads, required building elevations, and the required resistance to flood damage based on the expected performance of a building, building component or building system when impacted by flood. The guidelines must consider changing climate conditions. Coulbourne Consulting will make recommendations about how to deal with flood-related climate change for review by the National Research Council.
4. A set of risk-based formulas and provisions that designers can use to develop flood forces on buildings and establish elevations for structural systems and building contents. The formulas and provisions may be based on flood depth, flood velocity, coastal waves (where present), flood momentum flux or any similar flood parameter that is determined from flood hazard mapping or flood data. The design basis for the deliverable will be a standard risk basis applicable across Canada.
5. Guidelines for improving the flood resistance for existing buildings. These guidelines will be used by building owners, engineers, architects and floodplain professionals to help determine how to improve flood resistance to existing buildings of varying importance. These guidelines must include a series of materials, systems or components that could be added to existing buildings or attached to existing buildings to improve flood resistance. The extent of expected building modifications to accommodate these materials, systems or components must be described so the user has an idea of how much building modification might be required.
6. Briefings will be provided at each annual meeting of the NRC Technical Committee for Flood-Resistant Buildings. These briefings will include meeting preparation for the entire team and travel to Ottawa for the meeting. Travel is to be reimbursed at cost for each member who travels but is not included in the cost estimate.
7. Monthly reports will be prepared for the NRC on the status of tasks and deliverables. These reports will describe past month’s activities, next month’s expected activities, and any issues that need to be brought to the attention of the NRC
8. Recommendation report where the deliverables are to be written in the language of a design guide. The products will be converted into code language by others for use in the future editions of the Canadian codes, standards and guides.
3.
Criteria for Assessment of Statement of Capabilities (Minimum Essential Requirements)
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
· Significant experience (minimum of 20 years) in the design of flood-resistant buildings.
· Significant knowledge of major standards and guides for design of flood-resistant buildings.
· Active member in major standards for design of flood-resistant buildings, such as ASCE -7 (Minimum Design Loads and Associated Criteria for Buildings and other Structures) and ASCE-24 (Flood-Resistant Design and Construction).
· Extensive experience (minimum 20 years) in the development of design solutions for buildings subjected to flooding
· Extensive experience (minimum 20 years) in the retrofit of existing buildings subjected to flooding.
Deep understanding of flood hazard identification and mapping, including riverine, coastal and great lakes locations.
In-depth experience in floodplain management and hazard mitigation.
Demonstrated track record in the design of flood-resistant buildings and in retrofit of existing buildings to resist floods.
Substantial experience with prescriptive flood-resistant design guidelines ; performance-based design of buildings; reliability and risk-based design methods;
Substantial familiarity with Building Codes, as well as different flooding conditions that contribute to building failure (riverine, costal and Great Lakes).
4.
Applicability of Trade Agreement(s) to Procurement
This procurement is subject to the following trade agreement(s):
§ Agreement on Internal Trade (AIT)
§ World Trade Organization - Agreement on Government Procurement (WTO-AGP)
§ North American Free Trade Agreement (NAFTA)
§ Chile, Colombia, European Union, Honduras, Panama et Ukraine
5.
Justification for the Pre-Identified Supplier
There are no alternative sources of supply for this contract. Coulbourne Consulting is unique in the level of expertise and experience with a proven track record.
6.
Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) – Only company is capable of performing the work.
7.
Period of Proposed Contract or Delivery Date
The contract period will be 20 months with an expected start date of July 1st, 2019. Completion date anticipated for March 1 st , 2021.
8.
Cost estimate of the proposed contract
The contract value will be approximately of $564,057 CAD (Taxes not included).
9.
Name and address of the pre-identified supplier
William L. Coulbourne, P.E.
Coulbourne Consulting
19266 Coastal Highway, Unit 4, #19
Rehoboth Beach, DE, USA 19971
T: 302-227-6918
E:
bill@coulbourneconsulting.com
10.
Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
11.
Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is June 18 th
2019 at 17:00 hrs. EDT.
12.
Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
NRC Contracting Officer: Alain Leroux
National Research Council
Bldg. M-58,
1200 Montreal Rd, Ottawa, ON Telephone: 613-991-9980