Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2017 FBO #5867
SPECIAL NOTICE

R -- Notice of Intent to Increase BPA Ceiling

Notice Date
12/14/2017
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE20-15-Q-0024
 
Archive Date
1/8/2018
 
Point of Contact
Amanda Heller,
 
E-Mail Address
amanda.heller@fema.dhs.gov
(amanda.heller@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Limited Sources Justification. The Department of Homeland Security, Federal Emergency Management Agency hereby provides notice of its intent to award a sole-source modification to increase the ceiling by $7 Million using other than full and open competition on the current "Capability Validation and Delivery through Exercises" Blanket Purchase Agreement HSFE20-16-A-0200 in accordance with 10 U.S.C. 2304(d)(1)(B), FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(a)(2), and FAR 5.301. This is not a formal solicitation or request for proposal. This synopsis of intent is to give notice of the Government's intent to make a sole source modification. Contractors who can provide FEMA with the required services, are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541611, Administrative Management and General Management Consulting. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency. The proposed effort ensures continuation of essential services. The incumbent maintains the entire established infrastructure in place for the support services of the National Exercise Division. The incumbent already has the required certifications and clearances in place; they are familiar with the complexity of the services and are fully capable of continuing to perform. Award to another contractor is a high risk to the Government requiring ramp up, to include hiring of personnel, and learning the distinctive characteristics of the NED mission. This instant effort is critical to the continued operations of the NED. The Government believes that an attempt by another contractor to assume the support requirements without a transition period would result in delay the development and implementation of exercises needed immediately. Without the increase to the ceiling of the BPA, NED cannot guarantee support to the exercises currently scheduled, which directly hinders national preparedness. Any responses shall be furnished electronically to the contacts listed below not later than 11:00 A.M. EST, Sunday, December 24, 2017. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-15-Q-0024/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN04767567-W 20171216/171214231450-33ddf92acf69cfa707ce17092732d45b (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.