Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2009 FBO #2934
SOLICITATION NOTICE

R -- Incident Management Officer (IMO) support services

Notice Date
12/4/2009
 
Notice Type
Presolicitation
 
NAICS
541820 — Public Relations Agencies
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-10-Q-00024
 
Point of Contact
Cheri L. Redding, Phone: 2024475635
 
E-Mail Address
Cheri.Redding@dhs.gov
(Cheri.Redding@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This synopsis is for Incident Management Officer (IMO) services in support of the Department of Homeland Security (DHS), Office of Operations Coordination and Planning (OPS). This is an announcement only and a solicitation requesting proposals will be posted separately as solicitation number HSHQDC-10-Q-00024. This requirement will be in accordance with (IAW) Federal Acquisition Regulation (FAR), Subpart 19.808-2, and subject to FAR 15 negotiation methods. This requirement is being offered as a 8(a) Small Business Program competition with NAICS code 541820 and the end result will be a hybrid Firm Fixed Price (FFP) and Time and Materials (T&M) contract. OPS is responsible for monitoring the overall security situation of the United States on a daily basis and coordinating security activities within DHS and with all homeland security partners. OPS mission is to integrate DHS and interagency planning and operations coordination in order to deter, detect, and prevent terrorist acts/threats/attacks and natural disasters. The purpose of this requirement is to procure IMO services in support of OPS mission requirements tasked with the responsibility of monitoring, identifying, reacting to and the reporting of emerging incidents and threats (and the possible indication of) for all of the U.S. homeland and by issuing advisories and bulletins based on findings. The period of performance will be for a (9) nine month base period beginning with a (3) three month Transition-in period and (6) remaining base period months, plus (3) three additional option years. The place of performance will be in Washington, DC and the anticipated contract award date is March 1, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-10-Q-00024/listing.html)
 
Place of Performance
Address: Nebraska Avenue Complex, 3801 Nebraska Ave, NW, Washington, District of Columbia, United States
 
Record
SN02017575-W 20091206/091205000459-09cbe1991aeb3882e36c2dd9e2d7ae4f (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.