SOLICITATION NOTICE
R -- Doctrine Support
- Notice Date
- 1/31/2020 10:06:00 AM
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FEMA WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FB7019R00000019
- Response Due
- 2/13/2020 7:00:00 AM
- Archive Date
- 03/31/2020
- Point of Contact
- Isaac L. Chapple, Kristyl Grier
- E-Mail Address
-
Isaac.chapple@fema.dhs.gov, Kristyl.Grier@FEMA.DHS.GOV
(Isaac.chapple@fema.dhs.gov, Kristyl.Grier@FEMA.DHS.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is the official notice for this solicitation. The primary mission of the Federal Emergency Management Agency (FEMA) is Helping people before, during and after disasters. The range of FEMA�s incident management and incident support responsibilities is broad, far-reaching, and often times complex and challenging. Consequently, FEMA has a need for independent, objective technical analyses on critical issues and actions facing the Agency today and into the future. FEMA�s Office of Response and Recovery (ORR) provides guidance, leadership, and oversight�to build, sustain, and�improve the coordination and delivery of support to disaster survivors and State, local, tribal and territorial governments to save lives, reduce suffering, protect property, and recover from all hazards. Additionally, ORR coordinates the Federal response and recovery capabilities needed to save and sustain lives, minimize suffering, and protect property in a timely and effective manner following natural disasters, acts of terrorism, or other emergencies. Operational activities include the coordination of all Federal emergency management response and recovery capabilities, and the integration of Federal, State, tribal and local disaster programs. The ORR Doctrine Section: (1) establishes the framework, standards, and process guidelines for doctrine and guidance development that includes stakeholders in every FEMA Headquarters component, ORR directorate and the Regional Offices; (2) employs a hierarchical structure to define different levels of doctrine; (3) conducts comprehensive reviews and revisions of doctrinal and guidance documents, identifies voids, and coordinates the development of new documents; (4) coordinates with all Directorates to ensure that doctrine being developed is consistent across the organization and supports or does not conflict with existing doctrine or emerging concepts; and (5) provides analysis and evaluation, work group facilitation and document development support to all four ORR Directorates (Response, Recovery, Field Operations and Logistics) to help address emerging and legacy doctrine and guidance requirements. In addition, the ORR Doctrine Section supports a comprehensive process to ensure continual improvement and maintenance of doctrinal materials that guide operations at the incident, regional, and national levels. Doctrine provides the foundation for the Agency�s planning and training programs. Doctrine provides the baseline methods and processes, planning applies those methods and processes to specific scenarios, and training provides standardization and a common understanding of doctrine that ensures consistent application of doctrine in disaster operations. --------------------------------------------------------------------------------------------------------------------------------- Basis for Award The Government intends to award an IDIQ contract to the responsible Offeror whose proposal represents the best value to the Government.� The basis for award will be best value to the Government, considering all evaluation factors. This is a �best value� procurement using the tradeoff process as described at FAR 15.101-1.�� The Government will make an award to the responsible Offeror(s), whose proposal/oral presentation is/are most advantageous to the Government, price and other factors considered.� Accordingly, the Government may or may not award to the lowest price Offeror(s).� The government reserves the right to make award to a higher priced Offeror(s) to achieve a superior solution in meeting the requirements of the PWS. Questions Any questions regarding this solicitation must be submitted via email to the Contracting Officer at Isaac.Chapple@fema.dhs.gov and Contract Specialist Kristyl.Grier@fema.dhs.gov no later than 10 a.m. EST on 02/04/2020. �The Offerors must include the company name and solicitation number in the subject line of the email. All questions will be answered in an amendment and provided to all Offerors via beta.sam. FEMA will not attribute any question(s) asked to the submitting Offeror(s). Proposal Submission Offerors shall submit an electronic copy of its proposal to Isaac.Chapple@fema.dhs.gov and Kristyl.Grier@fema.dhs.gov . Phase I proposals are due no later than 10:00 a.m. EST on 02/13/2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0a08613cde214f059eec7a29730da5b6/view)
- Place of Performance
- Address: Washington, DC 20472, USA
- Zip Code: 20472
- Country: USA
- Zip Code: 20472
- Record
- SN05549021-F 20200202/200131230136 (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 |