SPECIAL NOTICE
C -- Notice of Intent- PTS Extension Synopsis
- Notice Date
- 5/6/2020 8:18:25 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Response Due
- 5/20/2020 9:00:00 AM
- Archive Date
- 06/04/2020
- Point of Contact
- Erin Cotter, Beth A. Farley
- E-Mail Address
-
erin.cotter@fema.dhs.gov, beth.farley@fema.dhs.gov
(erin.cotter@fema.dhs.gov, beth.farley@fema.dhs.gov)
- Description
- The Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) intends modify contracts HSFE60-15-D-0003 and HSFE60-15-D-0005 for 12-months of continued architect and engineering (A&E) services entitled, production and technical services (PTS) on a sole source basis. These services support FEMA�s Federal Insurance Mitigation Administration (FIMA), National Flood Insurance Program�s (NFIP�s) Risk Map Program.� NFIP requires continued contractor support to: (1) generate and evaluate flood hazard and risk information, (2) provide flood mapping and modeling and other mitigation activities, and (3) provide all necessary transition support during the timeframe to procure these services on a competitive basis.� Contract modifications will be issued to PTS incumbent contractors: �(1) COMPASS, (Joint Venture), 3101 Wilson Boulevard, Suite 900, Arlington, VA 22201 under contract HSFE60-15-D-0003 and (2) STARR II, (Joint Venture), 3901 Calverton Blvd. Ste. 400 Calverton, MD 20705.� These are the only known sources that can provide the necessary support without extensive transition to manage ongoing nationwide mapping projects in support of NFIP as well as provide the technical expertise needed to continue providing new, valid and updated Engineering (NVUE) metrics reported to and tracked by Congress. These modifications are necessary to allow sufficient time to compete the re-procurement process and transition to the successor contractors.� The extensions are due to unforeseen delays in the procurement planning process.� The subject contracts will be extended by 12-months through May 22, 2021. These extensions will allow the placement of additional task orders for mission essential work. The additional task orders will not increase the maximum ceilings of the incumbent contracts established at time of initial award. The modifications will be classified under North American Industry Classification System (NAICS) 541330 with a Small Business Size Standard of $15 million. The incumbent contracts were issued under full and open competition in accordance with FAR 36.6. No set-aside applies. �This notice of intent is not a request for competitive proposals and no solicitation exists for this requirement.� However, parties interested in responding to this notice shall submit technical data sufficient to determine capability to provide the same services with limited or transition support.� All capability statements received within 15-days after publication of this synopsis will be considered by the Government.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. �This notice meets the conditions of FAR 5.201(b)(1)(ii), modification(s) to existing contract(s) for additional services that meets the threshold in 5.101(a)(1). Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Erin Cotter at erin.cotter@fema.dhs.gov.� Statements are due by May 20, 2020; 12:00PM (local time of issuing Office). No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/adc90665d64a4080948071a6dd12ce11/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05647442-F 20200508/200506230157 (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 |