Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2014 FBO #4473
SOLICITATION NOTICE

J -- Vehicle Maintenance - Attachment A

Notice Date
2/20/2014
 
Notice Type
Presolicitation
 
NAICS
811111 — General Automotive Repair
 
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-0015
 
Point of Contact
Toye T Hobday, Phone: 202.646.1653, Armetia Cato, Phone: 2026467978
 
E-Mail Address
toye.hobday@dhs.gov, armetia.cato@dhs.gov
(toye.hobday@dhs.gov, armetia.cato@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Equipment List and Equipment Class type Vehicle Maintenance-Solicitation #HSFE70-14-R-0015 Synopsis February 20, 2014 This is a synopsis for commercial items prepared in accordance with FAR Subpart 5.207. HSFE70-14-R-0015 is a request for proposal (RFP) to provide Vehicle Maintenance. This requirement will be Full and Open with a Partial Small Business Set Aside. The NAICS code is 811111. It is anticipated that multiple awards will result from this solicitation. FEMA intends to award a Firm Fixed Price Performance Based Contract with a base period of performance of one year with two twelve month option periods. The scope of work provides the Federal Emergency Management Agency (FEMA) with maintenance support for six Distribution Centers (DC) throughout the United States (DC Atlanta, GA., DC Fort Worth, TX., DC Cumberland, MD., DC Frederick, MD., DC Moffett, CA., DC Selma, AL.) Each DC houses a fleet of vehicles and heavy equipment that requires routine maintenance and repair. All DCs will have a different and fluctuating inventory of vehicles and equipment due to outstanding operations and needs. A current list of inventory and list of Equipment Class Types has been provided in Attachment A: Equipment List to give prospective contractors an idea of each DC's current inventory. In order for FEMA to conduct and respond to disaster operations, each DC is required to maintain a monthly "Fully Mission Capable" rate of 90% or higher. FEMA is seeking to acquire multiple service contracts to fulfill the requirement of maintaining the Continental National Fleet Equipment (CNFE) for each DC. The government prefers companies that are headquartered or that maintain a regional office within 100 miles of the maintenance site, or that can demonstrate the ability to have corporate personnel to provide oversight of the work and respond quickly to issues with minimal travel required. The contractor shall provide all supplies, personnel, equipment, tools, materials, supervision, and other items or services necessary to perform the management and operation of fleet maintenance functions and to the extent feasible and reasonable, include the exclusive use of biobased products. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on Best Value. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The provision at FAR 52.212-2 "Evaluation-Commercial Items" applies to price/technically acceptable factors. Offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the SAM website, http://sam.gov. The following FAR clauses also apply: 52.212-4 "Contract Terms and Conditions--Commercial Items and 52.212-5 "Contract Terms and Conditions required to implement Statutes or Executive Orders--Commercial Items. FAR provision 52.217-9 also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.acquisition.gov/far. Inquiries can be e-mailed to Ms. Hobday at Toye.Hobday@fema.dhs.gov and Mr. David Reid at David.ReidJr@fema.dhs.gov no later than February 28, 2014 by 10:00 am EST. The solicitation and any amendments to the solicitation will be posted on the FedBizOpps web-page. The internet address for downloading the solicitation is http://fedbizopps.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFE70-14-R-0015/listing.html)
 
Record
SN03292501-W 20140222/140220234729-afd36ed18f4f5baa05f79f191d61e59e (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.