Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOLICITATION NOTICE

19 -- Barge for Accomodation - Combine Synopsis/Solicitation

Notice Date
9/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488330 — Navigational Services to Shipping
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE70-17-R-0049
 
Archive Date
9/29/2017
 
Point of Contact
Isaac L. Chapple, Phone: 202-212-3924
 
E-Mail Address
Isaac.chapple@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: HSFE70-17-R-0049 Notice Type: Combined Synopsis/Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. The solicitation number is HSFE70-17-R-0049 and is issued as a Request for Proposal (RFP). Under this requirement, Federal Emergency Management Agency (FEMA) intends to award a commercial, Firm Fixed Price (FFP) contract. 3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86. The applicable North American Industry Classification Standard (NAICS) code is 488330. The small business size standard is $32.5 Million. This is an unrestricted, full and open acquisition. 4. FEMA intends to purchase the below contract line items: CLIN Description of Supplies/Services Quantity Unit Price Total Price 0001 Barge Daily Rate St. Croix Up to 1000 people 0002 Barge Daily Rate, St. Thomas Up to 500 people 0003 All-inclusive services Daily, St. Croix Up to 1000 people 0004 All-inclusive services Daily, St. Thomas Up to 500 people 0005 *Other Direct Cost, St Croix 0006 *Other Direct Cost, St Croix *Please provide a breakdown list for thee Other Direct Cost. 5. Description of requirements for the items to be acquired: The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) has a requirement to acquire accommodation barges for up to 1,000 people in St. Croix and up to 500 people in St. Thomas. Delivery due date is within one week after award, NLT 9/19/2017. Period of performance is three months from date of award with 4 option periods of three months. 6. Delivery, Inspection, Acceptance and FOB Point of Contact will be provided to awardee. 7. PROVISIONS AND CLAUSES: In case of inclement weather not permitting arrival of participants, the Government reserves the right to make one adjustment to the period of performance with advance notice. All referenced FAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/vffar1.htm and HSAR provisions and clauses may be accessed electronically at http://farsite.hill.af.mil. a. The provision at FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and is incorporated by reference. b. FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition and paragraph (a) is completed as follows: The Government will award contract(s) resulting from this solicitation to the responsible offeror(s) whose offer is Lowest Price Technically Acceptable (LPTA) (1) Technical (2) Unit Price The Government intends to award a commercial purchase order(s) resulting from this solicitation to the lowest priced, technically acceptable responsible offeror(s). The factors identified above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. On Technical factor: proposals must meet the following: See Attachment 1 c. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is incorporated by reference. d. Clauses in Full Text: • 52.217-9 Option to Extend the Term of the Contract Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 business days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 1 year. (End of Clause) 8. Proposal must include company name, company DUNS number, and point of contact information. 9. The Defense Priorities and Allocation System (DPAS) may applies to this acquisition. 10. All responsible sources should submit quotes to FEMA-NRCC-CAUL@fema.dhs.gov, Lashawn.smith@fema.dhs.gov, Isaac.chapple@fema.dhs.gov and FEMA-NRCC-CAS@fema.dhs.gov by Thursday, September 14, 2017, 9:00PM EST. Technical and/or administrative questions must be submitted in writing to to FEMA-NRCC-CAUL@fema.dhs.gov, Lashawn.smith@fema.dhs.gov, Isaac.chapple@fema.dhs.gov and FEMA-NRCC-CAS@fema.dhs.govno later than 7:00PM EST, Thursday, September 14, 2017. Individual responses will not be given. Responses to all inquiries will be published by amendment to the solicitation and posted to FedBizOpps. Inquiries and information received after the established deadline will only be answered/addressed if considered essential to the requirement and in the best interest of the Government. 11. Further details regarding the requirement can be found in the attachments: a. Local Clauses and Billing Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/HSFE70-17-R-0049/listing.html)
 
Place of Performance
Address: St. Croix and St. Thomas, U.S. Virgin Islands, United States
 
Record
SN04676992-W 20170916/170914231549-14fa6c59e6e3c83683f288981b9772d1 (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.