SOLICITATION NOTICE
54 -- Manufactured Housing Units - Synopsis
- Notice Date
- 1/8/2014
- Notice Type
- Presolicitation
- NAICS
- 321991
— Manufactured Home (Mobile Home) Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Logistics Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- HSFE70-14-R-0005
- Archive Date
- 2/7/2014
- Point of Contact
- Rahsaan A Edwards,
- E-Mail Address
-
rahsaan.edwards@fema.dhs.gov
(rahsaan.edwards@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis of MHU Requirement The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Logistics Branch, at 395 E St. SW, Washington, DC 20472 intends to issue a solicitation in order to award multiple contracts for Manufactured Housing Units (MHUs), specifically: Express One Bedroom MHU Standard "FEMA" Southern Express One Bedroom MHU Standard "FEMA" Northern Express One Bedroom MHU UFAS "FEMA" Southern Express One Bedroom MHU UFAS "FEMA" Northern Express One Bedroom MHU Standard "FEMA" CONUS Express One Bedroom MHU UFAS "FEMA" CONUS One Bedroom MHU Standard "FEMA" Southern One Bedroom MHU Standard "FEMA" Northern One Bedroom MHU UFAS "FEMA" Southern One Bedroom MHU UFAS "FEMA" Northern One Bedroom MHU Standard "FEMA" CONUS One Bedroom MHU UFAS "FEMA" CONUS Two Bedroom Standard MHU "FEMA" Southern Two Bedroom Standard MHU "FEMA" Northern Two Bedroom UFAS MHU "FEMA" Southern Two Bedroom UFAS MHU "FEMA" Northern Two Bedroom MHU Standard "FEMA" CONUS Two Bedroom MHU UFAS "FEMA" CONUS Three Bedroom Standard MHU "FEMA" Southern Three Bedroom Standard MHU "FEMA" Northern Three Bedroom UFAS MHU "FEMA" Southern Three Bedroom UFAS MHU "FEMA" Northern Three Bedroom MHU Standard "FEMA" CONUS Three Bedroom MHU UFAS "FEMA" CONUS Theses units shall be built to meet FEMA's performance specifications which are based on 24 CFR 3280 (MANUFACTURED HOME CONSTRUCTION AND SAFETY STANDARDS). The contract(s) will be Indefinite Delivery/Indefinite Quantity (IDIQ). FEMA intends to order a minimum quantity of 20 units. The production level for this requirement is set at two different levels to enhance the opportunity for other than the Full and Open prospective offerors. Contractors shall have the ability to ramp up production to a total of 150 units per week (Full and Open), 60 units per week (other than Full and Open) within 4 weeks of notice. The period of performance is (1) Base Year with (4) 12 Month options. The NAICS Code applicable to this solicitation is 321991. This requirement will be solicited as a full and open competition using FAR Part 15 procedures, however since the MHUs are "Commercial Items" some FAR part 12 clauses have been incorporated also. Place of Performance: All work shall be performed at the contractor's facility, but contractor must have the capability to deliver to any state in the U.S. Performance Requirements: After award of the initial IDIQ contract, FEMA will issue task orders to acquire the number of units needed per terms and conditions of the contract. The contractor(s) will be required to manufacture, and deliver manufactured homes that conform to the attached specifications and HUD Code provided in the solicitation. This is an advance notice (synopsis) of the Government's anticipation of releasing the solicitation on or about February 3, 2014. Proposals are not requested at this time. Proposals shall be submitted in response to actual solicitation (Request for Proposal (RFP)) in strict compliance with the instructions to be provided in the solicitation. However, prior to the release of the RFP, interested parties may contact FEMA regarding their interest and capability to respond to the requirement. Rahsaan A. Edwards, Contract Specialist DHS/FEMA (AOD) Email: Rahsaan.Edwards@fema.dhs.gov Copy to: Zahra Hashmi, Contracting Officer DHS/FEMA (AOD) Email: Zahra.Hashmi@fema.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFE70-14-R-0005/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03263295-W 20140110/140109001015-6579c2845112391f30518fbb9ab83414 (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 |