SPECIAL NOTICE
R -- Notice of Intent to Limit Sources
- Notice Date
- 12/7/2020 11:31:04 AM
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- FEMA
- Response Due
- 12/21/2020 12:00:00 PM
- Archive Date
- 01/05/2021
- Point of Contact
- Amanda Heller, john.hume@associates.fema.dhs.gov
- E-Mail Address
-
Amanda.Heller@fema.dhs.gov
(Amanda.Heller@fema.dhs.gov)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Description
- The Department of Homeland Security, Federal Emergency Management Agency hereby provides notice of its intent to award a sole-source modification to increase the ceiling by $4.8 Million using other than full and open competition on the current Blanket Purchase Agreement HSFE20-17-A-0001 in accordance with 10 U.S.C. 2304(d)(1)(B), FAR 8.405-6(a)(1)(i)(C), FAR 8.405-6(a)(2), and FAR 5.301.� This is not a formal solicitation or request for proposal. This synopsis of intent is to give notice of the Government's intent to make a sole source modification due to the receipt of a protest to the award of the recompete for this requirement.� Contractors who can provide FEMA with the required services, are invited to electronically submit an affirmative, written response indicating a bona fide ability to meet this specific requirement. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 541611, Administrative Management and General Management Consulting. Responses should appear on company letterhead and include, at minimum, affirmation of active registration in the System for Award Management (SAM), your Data Universal Number System (DUNS) number, any applicable processed credentials and qualifications, and any applicable information. All responses should include a point of contact, telephone number, and electronic mail address. Additionally, respondents should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service-disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign owned. Responses to this notice will be used to determine the availability of this type of service. All responsible sources may respond to this synopsis and all responses will be considered by the agency. The proposed effort ensures continuation of essential services for the support of the Enterprise Risk Management Program (ERM) until resolution of the protest. The incumbent already has the required certifications and clearances in place, is�familiar with the complexity of the services and the business of FEMA/FIMA, and is fully capable of continuing to perform. Award to another contractor is a high risk to the Government requiring ramp up�to include hiring of personnel and learning the distinctive characteristics of the ERM mission. This instant effort is critical to the continued operations of the ERM. The Government believes that an attempt by another contractor to assume the support requirements without a transition period would result in delays to the implementation of support needed immediately.� Without the increase to the ceiling of the existing BPA, ERM cannot guarantee support for the day-to-day management of the organization, leveraging existing structures and processes, providing analysis and insight to identify and visualize trends in risks, assessment values and other relevant data, leveraging leaders within distributed business units, incorporating FIMA risk into the scope of the program aligned it with OMB A-123, providing the appropriate training for executives and operational staff to ensure an understanding of the nature of the program to achieve the desired outcomes, support for risk and performance reviews, and ensure compliance with DHS and FEMA risk reporting requirements. All of this support has a high impact on the ERM program, which directly impacts national mitigation efforts.�� Responses shall be furnished electronically to the contacts listed below no later than 3:00 P.M. EST, Monday, December 21, 2020.� No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e136a34afe7e422b9ebd9f17837291e8/view)
- Place of Performance
- Address: Washington, DC 20472, USA
- Zip Code: 20472
- Country: USA
- Zip Code: 20472
- Record
- SN05867742-F 20201209/201207230142 (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 |