Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

R -- Contract FEMA Environmental Planning Procedures - RFP

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting 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
HSFEHQ-09-R-0131
 
Archive Date
9/17/2009
 
Point of Contact
Aubrey Gainfort, Phone: 202-646-3021, Fernando F Soto-Perez, Phone: 202-646-3209
 
E-Mail Address
aubrey.gainfort@fema.gov, fernando.soto-perez@dhs.gov
(aubrey.gainfort@fema.gov, fernando.soto-perez@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ATTACHMENT B: Past Performance Questionnaire ATTACHMENT A: Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number HSFEHQ-09-R-0131 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. This requirement is 100% set-aside for small business under NACIS Code 541620 and an Average Annual Receipts of $7 Million. The services required are detailed in the attached Statement of Work, titled "Contract FEMA Environmental Planning Procedures." SEE ATTACHMENT A. Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Evaluation 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The three (3) technical factors - Past Performance, Company Experience and Technical Approach when combined -- are more important than the Price/Cost (non-technical factor). Refer to FAR 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process. This is a competitive Small Business set-aside requirement. The NAICS code for this acquisition is 541620. Proposals should be labeled as two separate documents. Volume 1 Technical Proposal and Volume 2 Cost Proposal. The technical proposal shall be limited to thirty (30) single-sided pages to include resumes. Any pages in excess of thirty (30) will not be evaluated. Technical proposals must be submitted in the following format and must address each of the following elements: Technical Evaluation Factors FACTOR 1: PAST PERFORMANCE The quality of the Offeror's past performance will be evaluated based on comparison of Past Performance Questionnaires with information the government obtains through reference checks, its own knowledge/experience, and/or from other source. The past performance evaluation will assess the Offeror's record of how well the Offeror did on work for government and private sector clients. This evaluation will include assessments of the Offeror's resilience in the face of trouble, resourcefulness, and management determination to see that the organization lived up to commitments or standards. The government reserves the right to conduct telephone interviews to validate information provided in the past performance questionnaires and to obtain additional information from other internal and external sources, if known. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be given a favorable or unfavorable evaluation rating. The offeror will receive a neutral rating for the past performance factor. SEE ATTACHMENT B - PERFORMANCE QUESTIONNAIRE. FACTOR 2: COMPANY EXPERIENCE The experience of the Offeror and of proposed subcontractors and/or partners intended to occupy a major role will be considered in evaluation and selection. The government will evaluate each Offeror's corporate experience in providing services, which are of similar nature to the work to be performed under the requirement described in this solicitation. Specifically, jobs that are of similar scope, complexity, contract type, and period of performance, in relation to the requirements of this solicitation are of particular interest to the government. The government reserves the right to conduct telephone interviews to validate corporate experience and to obtain additional information from other internal and external sources, if known. FACTOR 3: TECHNICAL APPROACH The offeror is to address their understanding of FEMA's requirement to include their technical approach to fulfilling the requirement. Ratings will be determined by utilizing Pass/Fail rating for Company Experience, Technical Approach and Past Performance. 1) Pass: The proposal meets or exceeds the most important factors in a way that is beneficial to the agency. Risk is low and the proposal indicates a very high probability of successful performance. There are no deficiencies in major subject areas or items. The Contractor's proposal offers approaches/solutions that, if implemented, are expected to result in a superior achievement of the task in the Statement of Objectives with minimal risk. An excellent rating indicates that the proposal contains significant strengths and has few or no weaknesses. 2) Fail: Several important standards have not been met. Risk is high and there is little likelihood of success. The proposal would have to be completely rewritten to make it acceptable. The Contractor's proposal offers approaches/solutions that, if implemented, are not expected to result in the achievement of the task in the Statement of Objectives with very high risk. An unacceptable rating indicates that the proposal solution might contain strengths, but also has significant weaknesses. NON-TECHNICAL FACTOR 1. Price (Non-Technical Factor): Contractor is to demonstrate the ability to provide a sound competitive offer associated with the services identified within the solicitation. The government will evaluate the Offeror's price for fairness and reasonableness. Price, while being an important factor, is not in and of itself the determining factor in the selection of the successful Offeror for award of the contract contemplated by this solicitation. Price is not scored/weighted; rather, each Offeror's price will be evaluated for fairness and reasonableness as compared to Independent Government Cost Estimate (IGCE), prices proposed by other offerors, and/or other cost/price estimates for similar requirements. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition FAR Clause 52.226-3 Disaster or Emergency Area Representation (Nov 2007) applies to this acquisition. FAR Clause 52-217-4, Evaluation of Options Exercised at Time of Contract Award (Jun 1988) applies to this acquisition. All questions/inquiries concerning the RFP document must be submitted in writing by close of business (4:00 p.m. Eastern Standard Time (EST)) on 25 Aug 09 to aubrey.gainfort@fema.gov OR fernando.soto-perez@dhs.gov. Do not mail any questions/inquiries. The Government's response to the inquiries will be made in writing to all firms receiving a copy of the RFP. Any resulting additions, deletions, or changes to the RFP will be made in writing to all firms receiving a copy of the RFP. Offerors are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. Please submit final proposals to aubrey.gainfort@fema.gov or fernando.soto-perez@dhs.gov no later than September 2, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/FFMD/HSFEHQ-09-R-0131/listing.html)
 
Place of Performance
Address: 1800 South Bell St., Arlington, Virginia, 20598-3020, United States
Zip Code: 20598-3020
 
Record
SN01917964-W 20090821/090820000723-66a6017850c31a609ebe4f1c9fd6c468 (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.