Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
SOLICITATION NOTICE

R -- Planning and Technical Assistance Support - Synopsis

Notice Date
6/7/2010
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Readiness and Operations Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-R-0036A
 
Archive Date
6/22/2010
 
Point of Contact
Lilian Hutchinson, , Katona Bryan,
 
E-Mail Address
lilian.hutchinson@dhs.gov, katona.bryan@dhs.gov
(lilian.hutchinson@dhs.gov, katona.bryan@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis SYNOPSIS Planning and Technical Assistance Support The purpose of this procurement is to support deliberate and adaptive planning and technical assistance for a variety of emergency management programs and initiatives in support of the Department of Homeland Security/Federal Emergency Management Agency (DHS/FEMA), Response Directorate (RD). The work to be performed under this procurement includes research, analytical, logistical and other planning support. The Federal Emergency Management Agency (FEMA), Response Directorate provides the core, coordinated federal operational and disaster response capability needed to save and sustain lives, minimize suffering, and protect property in a timely and effective manner in communities that become overwhelmed by natural disasters, acts of terrorism, or other emergencies. Operational activities include the coordination of all federal emergency management response operations and response preparation, and the integration of Federal, State, Tribal and Local Disaster program. This coordination ensures efficient and effective delivery of immediate emergency assistance to individuals and communities impacted and overwhelmed by these disasters, emergencies, or acts of terrorism. Under the Response Directorate, the Planning Division directly supports Headquarters and Regional planning initiatives that enable the Agency to provide a successful Federal operational and disaster response capability. The Planning Division's mission statement is to plan for the coordinated Federal disaster response to communities throughout the Nation impacted by an incident, regardless of cause. RD consists of four main program areas: Planning, Operations, Disaster Emergency Communications, and Business Management. A major concern of the emergency management community has been the potential impact of future catastrophic disasters. The operational readiness, resources, and capabilities required to respond to major catastrophic events such as Hurricanes Katrina and Rita or terrorist attacks such as the one experienced on September 11, 2001, reveal serious flaws in the national response system in the face of these catastrophic events. There is agreement throughout the emergency management community that existing plans, policies, procedures, and resources are not fully adequate to address the destruction caused by natural or man-made disasters. The ID/IQ contract resulting from this solicitation will provide the means to develop these vital plans, policies and procedures for future events. This requirement will be a full and open competition. The North American Industry Classification System (NAICS) Code for this procurement is 541611 - Administrative Management and General Management Consulting Services. The size standard is $7 million. To be eligible for award, offerors must be registered with the Central Contractor Registry at www.ccr.gov. Additionally, Representations and Certifications must be completed at http://orca.bpn.gov. The Government intends to award a one or more Time & Materials/Firm-Fixed-Price (FFP) Hybrid type Indefinite Delivery/Indefinite Quantity contract. In addition, in soliciting and awarding this contract, the government will use the procedures established in FAR Part 15. It is anticipated that the Period of Performance will be for one (1) base year plus for (4) one-year option periods. The Request for Proposal (RFP) will be available on the FedBizOpps website at http://www.fedbizopps.gov/. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror's responsibility to monitor FedBizOpps for the release of the solicitation and any amendments that may follow. The final RFP should be available for downloading on or about fifteen (15) days after publication of this announcement. Requests for a hard copy of the solicitation may be made via email to Lilian.Hutchinson@dhs.gov. Written technical proposals and business proposals will be required approximately 30 days following the RFP issue date. Contract award will be based on best-value tradeoff analysis that will result in the best value to the Government where technical merit is significantly more important than price. The estimated award date is 30 September 2010. The Interested Vendors List (IVL) feature has been activated on the Vendors portal to FedBizOpps, and firms are encouraged to provide their contact information in the portal to help maximize teaming arrangements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/POS/HSFEHQ-10-R-0036A/listing.html)
 
Record
SN02169846-W 20100609/100607234529-3eccb3818c631b1ba18e8b8772919014 (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.