MODIFICATION
R -- Final Bid - SITE ASSESSMENTS FOR HOME REPAIRS PUERTO RICO
- Notice Date
- 10/12/2018
- Notice Type
- Modification/Amendment
- Contracting Office
- 3003 Chamblee Tucker Rd, atlanta, GA 30341
- ZIP Code
- 30341
- Solicitation Number
- 70FBR219B00000001
- Response Due
- 10/16/2018
- Archive Date
- 4/14/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Competitive 8(a)
- Description
- CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR219B00000001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $7.50M. This requirement is a [ 8a Competitive ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-10-16 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Perform site inspection reports (SIR) on homes damaged by Hurricane Maria. SIRs will be utilized by FEMA to determine eligibility and feasibility of dwellings to be repaired under the Permanent Housing Construction (PHC) program. Not all inspected homes will be eligible for subsequent repair program due to statutory limits. Period of performance will be three months from contract issuance. Once FEMA identifies a home for a SIR, contractor must submit completed SIR in five calendar days. FEMA anticipates ordering up to five SIRs per day. FEMA reserves right to make one or more contract awards resulting from this solicitation. Awarded vendors who perform an SIR on a dwelling are ineligible to bid on the repair of that same dwelling. See attached example of a completed SIR. Vendor may propose its own format. The SIR will identify the damage and describe in detail the repairs required to restore dwelling to a safe, functional, and habitable condition, per local, Commonwealth, and Federal (Housing and Urban Development (HUD)) standards, codes, and regulations. The SIR will provide a material list required for repairs. The SIR will provide a detailed cost estimate, inclusive of material, labor and profit, fees, permits, applications, etc. In compiling the cost estimate, the vendor will take into account that actual repair will be performed by a licensed, bonded, and insured building contractor, authorized to work in the Commonwealth. All repair work will use common materials. In some cases repairs are significant and in order to bring the property up to code the contractor will be required to demolish the existing structure and rebuild it. Types of units may consist of a mix of studio, 1-bedroom, 2- bedroom, 3-bedroom, and 4 bedroom homes. The cost estimate will utilize the more stringent code or practice in case of conflict between local, state or federal code. The SIR will include photos of the dwelling, to include both interior and exterior damage and room by room. Assessors must be licensed and fully qualified in construction cost estimating. Contractor shall use common cost-estimating software such as Xactimate. Repair estimates shall incorporate local and Federal environmental and historic preservation (EHP) laws and regulations, and widely accepted construction industry standards. Some homes may require dwelling be repaired or restored to allow for accessible to applicants with disabilities, to include the provision of marked and signed accessible parking, and access to the unit and common areas. This assessment (and any follow-on construction) shall be in compliance with the federal Uniform Federal Accessibility Standards (UFAS). Cost estimate will consider that the Buy American Act is applicable to all repair materials., 150, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to document bids online to be facilitated by the third-party Marketplace, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Proposals will only be considered from Puerto-Rico-based bidders residing within disaster declaration DR4339PR PUERTO RICO as defined by FAR 52.226-3c. If the offeror does not meet representation criteria of FAR 52.226-3c, he shall furnish documentation to support its representation IAW FAR 52.226-3D AND PROVIDE THAT IN HIS PROPOSAL ATTACHMENT. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR219B00000001/listing.html)
- Place of Performance
- Address: See Statement of Work.
- Zip Code: -
- Zip Code: -
- Record
- SN05121994-W 20181014/181012230354-567ce556d22874be5f9a5622771d242c (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 |