MODIFICATION
R -- Exercise Unit Support Services - Solicitation 1
- Notice Date
- 6/27/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Response Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE90-12-R-0040
- Response Due
- 7/17/2012 8:00:00 AM
- Point of Contact
- Claudia Mejia Forte, Phone: 2026463760, Marcelle Loveday, Phone: 2026463859
- E-Mail Address
-
Claudia.Mejia-Forte@FEMA.dhs.gov, marcelle.loveday@fema.dhs.gov
(Claudia.Mejia-Forte@FEMA.dhs.gov, marcelle.loveday@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 Attachment 1 Solicitation HSFE90-12-R-0040 Federal Emergency Management Agency (FEMA) Response Directorate, Office of Training, Exercise, and Doctrine (TED) Exercise Unit Program (EX) Support services. Description Training, Exercise, and Doctrine - Exercise Unit Program (TED-EX) requires assistance with the design, development, conduct, and evaluation of discussion- and operations-based exercises, which should include FEMA-led interagency exercises, intra-FEMA exercise activities, no-notice Thunderbolt exercise series, and National Exercise Program exercise support that will include the National Level Exercise series and support of an evaluation process that captures issues and best practices of all exercises. TED-EX requires support facilitating discussions and other leading-edge exercise development component formats used to engage FEMA staff and senior leadership in processes that further inform an understanding of specific goals and objectives for exercises. Additionally, some exercise activities may be conducted that support development of new FEMA doctrine and procedures. Emergency management subject matter expertise will be required to provide unique insights and skills from all aspects of emergency management to design, develop, conduct, and evaluate FEMA exercises. TED-EX work includes activities that may require security clearance level, but due to the nature of these activities the intermittent schedule for these exercises would be developed only at the request of and by consultation with FEMA leadership. Normally TED-EX Federal staff will be tasked to accomplish the entirety or majority of any highly classified exercise activities. The contractor shall be able to support labor surge requirements with short notice, and for extended hours to complete task order deliverables under this Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contractor shall be able to provide off site rates. The government intends to compete this procurement full an open using FAR Part 15. It is anticipated that the period of performance will be for one base year plus four one-year options. The estimated value for the contract base and all option is Not To Exceed $9,876,800.00. This Request for Proposal (RFP) will only be available on Fedbizopps web pages 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 web page for solicitation amendments that may follow. Potential offerors making a written request must include an adequate justification for not obtaining the solicitation via the internet. Telephone requests or inquiries will not be honored. Requests may be made via email at Claudia.Mejia-Forte@FEMA.dhs.gov Contract award will be based on best-value to the Government where technical merit is significantly more important than cost/price. The estimated award date is August 31, 2012. The IVL (Interested Vendors List) feature has been activated on the Vendors portal to FedBizOpps, and firms are encouraged to provide their contact information there to help maximize teaming arrangements and small and small disadvantaged business participation on this procurement. The North American Industry Classification System (NAICS) Code for this requirement is 541990 All Other Professional, Scientific, and Technical Services. 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. Solicitation Contents: Solicitation: HSFE90-12-R-0040 FInal Attachment 1: Sample Level of Effort Attachment 2: Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/POS/HSFE90-12-R-0040/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN02787773-W 20120629/120627235500-70be9e46b07ed19d5ec85d0533a28cd5 (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 |