Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2020 SAM #6638
SOURCES SOUGHT

C -- Nation-wide review and processing of Conditional Letters of Map Revision (CLOMRs) and Letters of Map Revision (LOMRs)/MT-2 Services

Notice Date
1/30/2020 10:13:10 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
MT-2SSN
 
Response Due
2/13/2020 8:00:00 AM
 
Archive Date
02/28/2020
 
Point of Contact
Erin Cotter, Phone: 3014471921, Beth A. Farley, Phone: 3014471155
 
E-Mail Address
erin.cotter@fema.dhs.gov, beth.farley@fema.dhs.gov
(erin.cotter@fema.dhs.gov, beth.farley@fema.dhs.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Notice (SSN) Targeted to Small Business Concerns FEMA/Federal Insurance Mitigation Administration (FIMA) January 30, 2020 FEMA/Federal Insurance Mitigation Administration (FIMA) � National Flood Insurance Program (NFIP). The purpose of this Sources Sought Notice (SSN) is for targeted small business market research for LOMR/MT-2 Architect and Engineering services (A&E) in support of Federal Insurance & Mitigation Administration (FIMA) under Federal Emergency Management Agency (FEMA). This SSN is for information and planning purposes only and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help FIMA/NFIP plan their acquisition strategy. No solicitation is currently available. The Government does not request any proprietary information that should be submitted, nor shall it be liable for any consequential damages for proprietary information.� Any information submitted to the Sources Sought Notice (e.g. capability statement) is subject to disclosure under the Freedom of Information Act, 5 USC 552 (a). FEMA/FIMA is still developing it acquisition strategy for this requirement, and all interested Small Business concerns are encouraged to respond. This notice is for Small Business concerns only. Responses from other than small business concerns will not be considered. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. The purpose of this acquisition is to procure A&E services to support FIMA�s National Flood Insurance Program (NFIP) and Risk MAP. This includes supporting mitigation activities by bringing technical field expertise to support the nationwide review and processing of Conditional Letters of Map Revision (CLOMRs) and Letters of Map Revision (LOMRs). Under this requirement, FEMA is seeking small business contractors that shall provide all necessary LOMR/MT-2 support as set forth in the attached performance work statement (PWS) for up to, and including, all of FEMA�s ten (10) Regions.� A description of FEMA�s regions is available at https://www.fema.gov.� The core PTS requirement may be divided among 3 Regional Zones each encompassing 3-4 Regions in each Zone. �Based on this approach, LOMR/MT-2 services may be a partial set-aside for small business. �As a partial small business set-aside, FEMA is considering award to a single contractor to provide nationwide support of the LOMR process, also known as the MT-2 process.� Under the current PTS Indefinitely Delivery Indefinite Quantity (IDIQ) contract, nationwide LOMT/MT-2 support and processes are being provided by two large businesses.� These IDIQs expire on May 22, 2020. ��������������������������������������������������������������� This requirement is within the North American Industry Classification System (NAICS) code 541330, Engineering Services. The small business size standard for this NAICS Code is $16.5M. � Responses shall include the following information. Note: Responses shall be formatted so that the contractor response to each question is addressed/located below each question. � A.� Company Information (e.g. name, business address, point of contact, telephone number, e-mail address),� DUNS Number, and Capability Statement.�� B.� Summary of completed or in-progress projects showing capabilities and relevant experience to the scope and complexity of work described in the attached PWS. C.� Statement of current business size status (HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Also, business size in relation to the NAICS code size standards assigned to this acquisition. D.� Responses to the following question(s): Interested small business contractors shall provide their high-level approach to managing a MT-2 (Conditional Letters of Map Revision (CLOMRs), and Letters of Map Revision (LOMRs)) processing national portfolio, across all FEMA Regions. The vendor shall consider the Quality Standard provided at https://www.fema.gov/media-library/assets/documents/35313. Contractors shall estimate processing 2,000-3,000 MT-2 revision requests per year nationwide, with an estimated annual total cost of approximately $15,000,000. Demonstrate your knowledge of the MT-2 process, to include the technical and administrative requirements for case processing among regulations, FEMA policy, guidance, and standards. For reference, general submittal instructions can be found at https://www.fema.gov/mt-2-application-forms-and-instructions. Demonstrate how your financial system (as a prime small business contractor) can track the numerous different MT-2 requests nationwide, each with different data/documentation. It should be noted that all costs must be traceable. Demonstrate your ability and capacity to fully provide nationwide MT-2 processing in accordance with the PWS with multiple ongoing revision requests at various stages of processing. Provide your approach to managing MT-2 processing nationwide and any recommended adjustments to the process that would make this effort more effective and efficient. Provide detailed information on the size and scale of any MT-2 revision request experience your organization may have within the last five-years, or may be actively supporting. Describe your role in that support (lead, subcontractor, etc.). Size and scale include dollar value, geographic footprint, staffing levels, and duration of project. It is requested that interested contractors submit a brief capabilities� statement package with the following Submission requirements: Page limit � Twenty (20) pages, 8 � x 11 pages 1-inch margins (top, bottom, and sides) Times New Roman font � 12 point font Page limitation does not include: single cover page or single page letter of introduction Do not include promotional materials Any proprietary information should be clearly marked. Questions pertaining to this SSN are due to the Contract Specialist and Contracting Officer, erin.cotter@fema.dhs.gov� and william.sanfilippo@fema.dhs.gov no later than 2:00 PM (Eastern time) on February �5, 2020.� Please use the attached template for submitting all questions.� The subject line of the email shall contain the following:� Questions for Sources Sought Notice � MT-2 Services. All questions and Government responses will be posted. Only electronic� submissions� will be accepted and are due to� the Contract� Specialist and Contracting Officer, erin.cotter@fema.dhs.gov and william.sanfilippo@fema.dhs.gov no later than 11:00 AM (Eastern time) on February �13, 2020. Phone calls will not be accepted or returned. The subject line of the email shall contain the following: Response to Small Business Set-Aside Sources Sought Notice � MT-2 Services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc7043286c334f31a066cf79bba07200/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05548513-F 20200201/200130230209 (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 |
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.