Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

S -- First Responder Forward Operating Site Services

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Readiness and Operations Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-09-R-0080
 
Archive Date
7/10/2009
 
Point of Contact
Lilian Hutchinson,
 
E-Mail Address
lilian.hutchinson@dhs.gov
(lilian.hutchinson@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS First Responder Forward Operating Site Services Description The Government requires First Responder Forward Operating Site Services. The Department of Homeland Security, Federal Emergency Management Agency’s primary mission is to reduce the loss of life and property and protect the Nation from all hazards, including natural disasters, acts of terrorism, and other manmade disasters, by leading and supporting the Nation in a risk-based, comprehensive emergency management system of preparedness, protection, response, recovery, and mitigation. This requirement will be a full and open competition. The North American Industry Classification System (NAICS) Code for this procurement is 561210 – Facilities Support Services. To be eligible for award, offerors must be registered with the Central contractor Registry at www.ccr.gov. Additionally, Representations and Certifications must be completed at http://orca.bpn.gov. This requirement is to provide forward site support services for first responder personnel in the Federal Emergency Management Agency, during disaster operations such as hurricanes and earthquakes. While this forward site support concept applies primarily to disaster situations in the continental US when there is preparation time (e.g. hurricanes), it can also be adapted to no-notice incidents (earthquakes, terrorism), or locations outside the continental United States. Requirements are for the following support services: •Mobile food service (meal preparation) •Mobile toilets (porta-potties) •Mobile shower facility •Mobile laundry facility •Potable water tanker for decontamination of first responders During an actual incident all, some, or none of the services listed above may be required, depending on the state of the infrastructure, availability of facilities, extent of damage etc. Based on requirements multiple awards to contractors may be made to provide first responders needed services. The largest contingent of customers serviced under this contract will be first responders performing the search and rescue operations during the initial phases of disaster response. In addition forward site occupants may include incident management leadership teams, emergency management personnel, and other first responders. The disaster environment under which these services are to be provided is very austere, and it is assumed that the stricken area will have little or no operating infrastructure. Accordingly, contactors are required to be totally self-sufficient in terms of providing specialized transport/storage capacity for their primary mission (e.g. field kitchens, showers), potable water storage, black/grey water storage/removal/disposal/dump fees, electric power, fuel for needed operations (e.g. vehicles and generators), sleeping quarters for contractor personnel, and solid waste disposal. The services to be provided are different from those normally associated with base camps established by FEMA during the Recovery phase. The forward operating sites envisioned by this Statement of Work are typically located at or near harm’s way (hot zones), close to areas most stricken by the incident. The sites are activated early – hours, not days after the incident occurs. Once activated, the forward sites are generally short term (usually ten days or less) since the lifesaving mission of search and rescue is short and time-sensitive. In addition the number of personnel receiving services is generally smaller than those of a long term Recovery base camp. Forward operating sites involve mobile, flexible, scalable functions. Contractors should be able to set up and tear down operations in less than six hours. Several services normally required under a site operation such as lodging and medical support are not required at forward sites. In addition the Government will provide site security services. The contractor is expected to provide all necessary labor, supervision, equipment, tools, materials, and supplies necessary to provide the items and services described herein. These emergency services shall include (but are not limited to) complete management, control, purchase, receipt, storage, issue, handling, processing, clean up, transport, repair, and maintenance. The Contractor shall have sufficient staffing capabilities and trained specialists to professionally set-up, operate and manage site operations. The Contractor is expected to be able to expand or reduce assets (equipment) rapidly based on changing mission needs and site population. The Contractor shall have sufficient equipment readily available for rapid deployment, and preventive maintenance programs to ensure optimum readiness levels at all times. The government intends to award multiple Time & Material (T&M)/Firm-Fixed-Price (FFP) Hybrid type Blanket Purchase Agreements (BPA). In addition, in awarding this contract, the government will use the procedures established in FAR Part 12 and 15. It is anticipated that the period of performance will be for one base year plus four one-year option periods. The Request for Proposal (RFP) will be available on the FedBizOpps website at http://www.fedbizopps.gov/. Prospective offerors are responsible for downloading the RFP and all attachments. It is the offeror’s responsibility to monitor FedBizOpps for the release of the solicitation and any amendments that may follow. The final RFP should be available for downloading on or about fifteen (15) days after publication of this announcement. Requests for hard copy of the solicitation may be made via email at lilian.hutchinson@dhs.gov. Offerors are cautioned to include the Solicitation Number HSFEHQ-09-R-0080 on all documentation submitted in response to this requirement. Written technical proposals and business proposals will be required approximately 30 days following the RFP issue date. Contract award will be based on best-value tradeoff analysis that will result in best value to the Government where technical merit is significantly more important than price. The estimated award is 15 September 2009 subject to FAR 52.232-19 Availability of Funds. The Interested Vendors List (IVL) feature has been activated on the Vendors portal to FedBizOpps, and firms are encouraged to provide their contact information in the portal to help maximize teaming arrangements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/POS/HSFEHQ-09-R-0080/listing.html)
 
Record
SN01856294-W 20090627/090625235318-44ae64d286ad724798772fde230e5e53 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.