Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
SOLICITATION NOTICE

R -- Individual Assistance - Technical Assistance Contract IA-TAC III

Notice Date
2/4/2009
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Mitigation Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ09R0037
 
Archive Date
2/26/2009
 
Point of Contact
Zahra Z. Hashmi,, Phone: 202-646-7072, Zahra Z. Hashmi,, Phone: 202-646-7072
 
E-Mail Address
zahra.hashmi@dhs.gov, zahra.hashmi@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
NUMBER: HSFEHQ-09-R-0037 Notice Type: Pre-solicitation Synopsis: DATE February 04, 2009 The Department of Homeland Security Federal Emergency Management Agency (FEMA) Individual Assistance Division (IA) mission is to ensure that individuals and families that have been impacted by disasters and major catastrophic events have access to the full range of FEMA programs in the most expeditious and cost effective manner available. FEMA's goal is to provide the highest level of quality in these services as possible to such individuals. In order to accomplish this goal, FEMA has a requirement for contractors to provide comprehensive emergency management, project management and program management services as well as construction, architectural, and engineering capabilities to support the IA mission in four areas: (a) Housing Support (b) Construction Services, (c) Mass Care, and (d) Planning, Staffing and Logistics Services. Contractor support must be available for multiple disaster missions of any size, anywhere within their awarded regional sector to provide disaster relief services to individuals within the United States and its territories. While these contracts are generally intended to support response to an initial recovery from high impact larger Presidentially-declared Major Disaster related missions, the contracts do not preclude FEMA from contracting with others, such as local or small businesses when market research or available information indicates that such entities have the capacity and capability to meet FEMA's requirement(s). FEMA's Acquisition strategy is to divide the U.S. and it's territories into four regional Sectors as follows: Alpha Sector (FEMA Regions 8, 9 and 10); Bravo Sector (FEMA Regions 1, 2 and 5); Charlie Sector (FEMA Regions 6 and 7); and Delta Sector (FEMA Regions 3 and 4). The solicitation will therefore allow for four (4) separate (single) IDIQ hybrid cost reimbursement, fixed priced, and time and materials contracts to be awarded; and each successful offeror will be assigned responsibility for one of the sectors indicated above. Each contract shall be a five (5) year contract. After the award of the four (4) IDIQ contracts to separate contractors for a determined sector, no further competition for subsequent task orders will take place, unless the Government determines that an awardee cannot perform the services and terminates the contract; the impact of a single disaster/catastrophic event is or becomes so overwhelming that it exceeds the ability, capacity, or capability of a sector awardee in a manner that the sector awardee cannot perform the services in the time and at the quality level and quantity required by the Government: in such a case, the Government reserves the right to compete the task order among the other three (3) awardees to meet the shortfall(s), or conduct an other than full and open competition to award a contract for services in that sector, to one of the other three (3) vendors, in a case where a sector awardee's contract has been terminated. The NAICS code applicable to this solicitation is 561210 Facilities Support Services. The small business size standard is $32.5 million. This requirement will be competed using FAR Part 15 procedures. The Request for proposal is anticipated to be released on February 19, 2009. Any question regarding this pre-solicitation must be in writing and will be answered during the release of the RFP. Questions/Answers: contractors shall submit all questions regarding this requirement by email to Zahra Hashmi, the Contract Specialist at zahra.hashmi@dhs.gov, and copy charles.clemons@dhs.gov. Point of contact at U.S. DHS/FEMA is ATTN: Charles E. Clemons, 500 C. St. SW, PP Bldg. 5 th Floor, Washington DC 20472 Place of Performance: Will be in each designated regional sector per awarded contract Point of Contact(s): Charles E. Clemons (202) 646-4645
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=96cecb6b33076332c8786bef230a2734&tab=core&_cview=1)
 
Place of Performance
Address: At designated regional sectors, Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN01744137-W 20090206/090204221307-96cecb6b33076332c8786bef230a2734 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.