Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2018 FBO #6135
SOLICITATION NOTICE

H -- Synopsis for housing inspection services contract in support of FEMA's Response and Recovery Division - Contract Line Item Description

Notice Date
9/8/2018
 
Notice Type
Presolicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IV, 3003 Chamblee Tucker Road, Atlanta, Georgia, 30341, United States
 
ZIP Code
30341
 
Solicitation Number
70FB7018R00000023
 
Point of Contact
Maurice Donnel Randolph, , Dennis C. Clements,
 
E-Mail Address
fema-his-recompete@fema.dhs.gov,
(fema-his-recompete@fema.dhs.gov, ontracting)
 
Small Business Set-Aside
N/A
 
Description
Contract Line Item Schedule Housing Inspection Services Contract (HIS) Notice Type: Synopsis/Pre-solicitation notice and synopsis of proposed contract action. NAICS Code: 541350-Building Inspection Services PSC: H-156 Quality Control Services/Construction and Building Materials Agency/Office: Federal Emergency Management Agency Title: Response and Recovery Division's Housing Inspection Services contract in support of FEMA's Indivdual Assistance Program Notice: This pre-solicitation notice is being submitted in accordance with FAR Part 5.204 and in advance of release of request for proposal (RFP) # 70FB7018R00000023. The immediate action will provide Housing Inspection Services to FEMA's Recovery and Response Division under FEMA's Individual Assistance Program. Offerors shall provide residential damage assessments for survivors affected by presidentially declared disasters within the United States, U.S. Territories, and Native American Reservations. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform housing inspections. Contractors shall collect data related to the extent of damage to real property; private multi-family properties, any road and bridge repairs needed, the habitability of the home; ownership, occupancy and insurance verification information; the extent of damage to personal property and vehicles; photos of residential damage; information regarding other disaster expenses and needs; and area access issues. The Government anticipates release of the RFP in accordance with FAR 5.203 on September 24th, 2018 and estimates award in March of 2019. Contract Type: Five (5) year Multiple Award Indefinite-Delivery/Indefinite-Quantity contract with Firm Fixed Price (FFP) and Cost Reimbursable (CR) line items. Estimated Period of Performance: March 31, 2019 to March 31, 2024 Seven Month (7) Base Period March 31, 2019 to October 31, 2019 Option Period I (12 months) November 1, 2019 to October 31, 2020 Option Period II (12 Months) November 1, 2020 to October 31, 2021 Option Period III (12 Months) November 1, 2021 to October 31, 2022 Option Period IV (12 Months) November 1, 2022 to October 31, 2023 Option Period V (5 Months) November 1, 2023 to March 31, 2024 Proposals submitted in response to this RFP shall be valid for 180 days from the date the RFP closes. Response Date: Questions in regard to this synopsis notice are due by 5 PM EST on Friday September 21st, 2018. No telephone inquiries will be accepted. Interested parties must send written requests in regard to this requirement. Questions must be sent via email to FEMA-HIS-Recompete (fema-his-recompete@fema.dhs.gov). Basis For Determining Award: In determining the award for this contract the government intends to make a best-value source selection decision using the trade-off process described at FAR 15.101-1. The tradeoff process enables a balance between non-price factors and price criteria that allows the Government to accept other than the lowest priced proposal, or other than the highest technically rated proposal, to achieve a best value award. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Four (4) factors will be used in the selection of awardees. Factor 1 (Task Order Execution and Response Scenario) Factor 2 (Staffing Resources ) Factor 3 (Past Performance) Factor 4 (Cost/Price) A description of the contract line items and applicable period of performance can be viewed in the attachment to this notice titled; "Contract Line Item Description".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIV/70FB7018R00000023/listing.html)
 
Place of Performance
Address: Various throughout the Continental United States, U.S. Territories, Native American Reservations., United States
 
Record
SN05080293-W 20180910/180908230047-1f672055588874d2853567caa6c6c124 (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.