SOURCES SOUGHT
99 -- Request For Information (RFI) for FEMA Self-Help Tarps
- Notice Date
- 1/14/2020 12:18:05 PM
- Notice Type
- Sources Sought
- Contracting Office
- GSA/FAS CENTER OF INNOVATIVE ACQUIS WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 47QSCC20N0013
- Response Due
- 2/13/2020 7:00:00 AM
- Archive Date
- 02/28/2020
- Point of Contact
- Heidi McFall, Phone: 7038590894, Michael K. Sheckels, Phone: 2024126672
- E-Mail Address
-
heidi.mcfall@gsa.gov, michael.sheckels@gsa.gov
(heidi.mcfall@gsa.gov, michael.sheckels@gsa.gov)
- Description
- 1.0 � Description The General Services Administration (GSA), Federal Acquisition Service (FAS), General Supplies and� Services (GSS) Portfolio and Internal and Emergency Acquisition Division (IEAD) in accordance with� its Inter-Agency Agreement (IAA) with the Department of Homeland Security Federal Emergency� Management Agency (DHS/FEMA or FEMA), is seeking information related to how interested contractors� could provide Self-Help Tarps on behalf of FEMA during Stafford level events (emergency situations� only) throughout the Contiguous United States (CONUS), Alaska, Hawaii, and U.S Territories. Ideally� the Contractor would be responsible for delivering products within 7 days after receipt of order.� The �Ship To� location would be provided in individual purchase orders for the Tarps. To achieve the aforementioned end goal in an economically viable way, GSA is issuing this RFI to� engage our vendor partners in garnering their experience, capability, recommendations and interest. This RFI is meant to achieve the following goals: 1. � Gain feedback from industry and any other relevant stakeholders on the feasibility of this� concept. 2. � Identify concerns and potential barriers to full implementation of this concept. The potential scope and description is identified below. Specific business rules will be� established if a solicitation is developed pursuant to this RFI. As detailed in the questions for� industry, GSA is seeking industry feedback on this scope and other aspects of the potential� supplies, including: ? � Sourcing tarps that will meet the customer�s functional needs. ? � Ability to provide TAA or Non-TAA compliant tarps if requested within 7 days from award. ? � Responding to discrepancies issued by the government to include any data identifying the� vendor, contract, type of discrepancy, etc. ? � The contractor will be responsible for the creation and application of supply and shipping� documentation, shipping labels, and package markings that will meet customer requirements. ? � Meeting a delivery standard of 7 days to locations inUnited States (CONUS), Alaska, Hawaii, and U.S Territories. ? � Interface with GSA order processing systems in order to receive and process customer orders and� support shipment and billing of orders. ? � Each tarp must meet the following characteristics: Self-Help Tarps Specification Dimension: � � � � � � � 20� x 25� Fabric: � � � � � � � � � � �Woven polyethylene, 800 Denier Thickness: Preferred thickness is 5-6 millimeters. However, various thicknesses from 5-10 millimeters are� acceptable Frame: UV Resistance - 80% after 200 hr per ASTM D7238-06, FR Tested - IAW Class A ASTM E84-11 Standard,� Non-corrosive grommets at corners and minimum of 3� on center, Hems folded over, Corners� reinforced, Color - Medium blue, Each Tarp must be packaged in a cardboard box with two (2) 100�� lengths of 550pound test parachute cord. 2.0 � Requested Information: Industry 2.1 Questions for Industry: Proposed Services a) � Does your company have any feedback on the tarps as stated above? b) � How many tarps can be provided within a 7 calendar day timeframe? 2.2 Questions for Industry: Vendor Pricing Methodology a) What are the shipping costs if they were sent via barge or air transport? �What is the transit� time? 2.3 Questions for Industry: General Company Information a) � Provide a brief introduction of your company. b) � Provide the primary North American Industry Classification System (NAICS) code that your� company utilizes for providing the required self help tarps solution.Changed content. c) � Identify any other government contract vehicle which your company currently holds an award. 3.0 R � esponses 3.1 Responses to this RFI are due by 10:00 AM, Eastern Standard Time (EST) on February 13, 2020 and� can be emailed to Contracting Officer Heidi McFall (heidi.mcfall@gsa.gov) and Contract Specialist� Michael Sheckels (michael.sheckels@gsa.gov).Added Heidi and myself 3.2 All responses to the RFI must be submitted electronically. �Each response must be single-spaced� and typewritten in 12-point Times New Roman font and in the English language. �Each response must� be in .doc or .docx format with every page of the response separately numbered. �Also, each response must� be no more than fifteen (15) 8�� by 11� pages in total (excluding applicable diagrams and charts)� and all pages must be combined as one attachment. 3.3 Section 1 of the response shall provide administrative information, and shall include the� following: 3.3.1. Name, mailing address, phone number, and email of designated point of contact. 3.3.2. Business type (large business, small business, etc.) based upon the North American Industry� Classification System (NAICS) code(s) you identify in Section 2,3 of this RFI. �Please refer to� Federal Acquisition Regulation �FAR 19 for additional information on Small Business Size Standards. 4.0 Questions Questions regarding this RFI shall be submitted in writing by e-mail to Contracting Officer Heidi� McFall (heidi.mcfall@gsa.gov) and Contract Specialist Michael Sheckels (michael.sheckels@gsa.gov)� no later Added Heidi and myself than 10:00 AM, EST on January 28, 2020. �The government anticipates� a question response time of two weeks. Verbal questions will NOT be accepted. �Questions will be� answered by posting answers to the website where the RFI has been posted; accordingly, questions� shall NOT contain proprietary information. No questions received after 10:00 AM, EST on January 28,� 2020 will be answered. 5.0 Vendor Meetings Upon receipt of responses, the government may or may not schedule informal informational sessions� with vendors. �Meetings may be held in-person or via teleconference. 6.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY related to providing tarps in United States (CONUS),� Alaska, Hawaii, Guam and U.S Territories in response to emergency response events. This� announcement is not a Request for Proposal (RFP) or a Request for Quote (RFQ). The information� provided in the RFI is subject to change and is not binding to the government. �GSA has not made a� commitment to procure any of the items discussed, and respondents are advised that the U.S.� government will not pay for any information or administrative costs incurred in response to this RFI; all� costs associated with responding to this RFI will be solely at the interested party�s expense. All submissions become government property and will not be returned. This RFI does not constitute a� solicitation for bids, proposals or quote and is not to be construed as a commitment by the� government to issue a request for proposal/quote or award of a contract as a result of this� request. Furthermore, the GSA is not at this time seeking proposals and will not accept unsolicited� proposals. Not responding to this RFI does not preclude participation in any future RFP, if any is� issued. �It is the responsibility of potential offerors to monitor the solicitation website(s) such� as FedBizOpps, where a potential solicitation of a future requirement may be published. Any document submitted in response to this RFI that contains confidential information must be� marked on the outside as containing confidential information. Each page upon which confidential� information appears must be marked as containing confidential information. The confidential� information must be clearly identifiable to the reader wherever it appears. All other information� will not be treated as confidential. All information marked confidential in RFI responses is only for the government�s planning use.� Confidential information may be reviewed by contractors; subject to a non-disclosure agreement� (NDA) including, but not limited to, commercial or financial data obtained by the respondent�s� submitted documents. Otherwise, no information marked confidential included in this document or in� conversations connected to it may be disclosed to any other party outside of the government. 7.0 Clauses FAR Subpart 52-215(3)--Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The government does not intend to award a contract on the basis of this solicitation or to� otherwise pay for the information solicited except as an allowable cost under other contracts as� provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will� be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining information from vendors on its� ability to source and deliver products within 7 days after receipt of order. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f021df67f40249e0b788bf3b2ae79c07/view)
- Place of Performance
- Address: Washington, DC 20405, USA
- Zip Code: 20405
- Country: USA
- Record
- SN05534810-F 20200116/200114230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |