Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
MODIFICATION

C -- PUBLIC ASSISTANCE TECHNICAL ASSISTANCE CONTRACT (PA TAC III)

Notice Date
8/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Grants Management Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-09-R-0411
 
Point of Contact
LaShawn Smith, Phone: 202-646-4306, Oneko Dunbar, Phone: 202-646-7916
 
E-Mail Address
LaShawn.Smith@dhs.gov, oneko.dunbar@dhs.gov
(LaShawn.Smith@dhs.gov, oneko.dunbar@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought notice. At this time the Government is not requesting proposals. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-08-13 10:15:45">Aug 13, 2009 10:15 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-08-19 07:47:20">Aug 19, 2009 7:47 am Track Changes THIS IS AN ADDENDUM TO THE SOURCES SOUGHT NOTICE THAT WAS ADVERTISED ON 2/19/2009 FOR HSFEHQ-09-R-0411. The U.S. Department of Homeland Security's (DHS) Federal Emergency Management Agency (FEMA) intends to award up to four (4), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts, subject to the availability of funds. Each basic IDIQ contract will consist of a one (1) base period year and four (4)-one year option periods. The basic IDIQ contract will be structured to allow for the issuance of Time and Materials (T&M) and Firm Fixed Price (FFP) task orders. The minimum guaranteed amount for each contract will be $500,000.00. The life cycle cost for this procurement is estimated at $2 billion. Evaluation Factor 1(A) has been amended to ensure that firms have a clear understanding of the Government's requirement and expectation when addressing the factor. Firms are shall submit a revised Standard Form (SF) 330, as it relates to Evaluation Factor 1(A) ONLY. No other factors shall be revised in your SF330. Only Evaluation Factor 1(A) will be re-evaluated. No other factors will be adjusted from the original evaluation, however, they will be considered for the final evaluation. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Subfactors: The firm must demonstrate successful specialized experience of firm and key personnel in the following Subfactors: - Subfactor (A) is significantly more important than Subfactors (B) and (C); Subfactors (B) and (C) are of equal importance. Subfactor 1 (A) is more important than both Subfactors (B) and (C) combined. (A ) The firm is required to identify completed projects from the past five (5) years that demonstrate its experience developing reliable cost estimates for a variety of major multi-million dollar construction projects and/or repair of damaged infrastructure systems (e.g., buildings, roads, schools, hospitals, and power and water systems, etc.). In its project examples, the firm must demonstrate its experience, methodology, and tools to estimate the total cost of projects (e.g., labor, materials, and equipment), and its use of forward pricing models for multi-year projects. The firm must also demonstrate its experience in developing and utilizing quality control measures to ensure the accuracy of its cost estimates. The firms are required to provide a detailed explanation of the reasons for any variances on the identified completed projects that exceed plus or minus 10 percent between the estimated costs in the proposed solicitation and the actual costs of the completed project. General Instructions Firms are required to submit one (1) original and seven (7) copies of their revised Standard Form (SF) 330 Evaluation Factor 1(A). Strict adherence to the submission instructions will be enforced. Firms not performing all work in-house must identify subcontractors in their submittal. A prime or joint venture SF 330/Evalution Factor 1(A) submittal must not exceed five (5) pages, 8 1/2" x 11" front side only. Charts and drawings will be counted as two pages if submitted on 11 x 17" size paper. All pages following the first five (5) pages will be disregarded upon receipt. All other material such as brochures or samples of work, attachments or extra pages will be disregarded upon receipt. Responses must reference Amended Synopsis Number HSFEHQ-09-R-0411: PA TAC, on the face of all forms and on the outside of the envelope, and submissions must acknowledge notice/receipt of all amendments or modifications. To ensure consideration, all information must be received by the Contracting Officer no later than 3:00 PM EST on August 26, 2009, at DHS/FEMA, Acquisition Management Division, Disaster Assistance Section, 395 E Street, SW, Washington, DC 20472-3205. All hand carried submissions must be delivered to LaShawn Smith, 395 E. Street, SW, Washington, DC 20472, and all mailed submissions to LaShawn Smith, PP, Contracting Officer, 500 C Street, SW, Washington, DC 20472. Late submissions will not be accepted by the Contracting Officer. Contracting Office Address: DHS/FEMA, Acquisition Management Division, Disaster Assistance Section, 395 E Street, SW, Washington, DC 20472-3205. Place of Performance: NATIONWIDE Point of Contact(s): Oneko Dunbar, Contract Specialist, Phone 202-646-7916, Fax 202-646-3846, Email at Oneko.dunbar@dhs.gov LaShawn Smith, Contracting Officer, Phone 202-646- 4306, Fax 202-646-3846, Email at lashawn.smith@dhs.gov THIS AMENDMENT APPLIES ON THE OFFERORS'S THAT WAS NOTIFIED TO RESUMBIT AN AMENDED SF330 FOR THE ABOVE NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/GASD/HSFEHQ-09-R-0411/listing.html)
 
Place of Performance
Address: All within the USA, the Virgin Islands, Guam, Puerto Rico, American Samoa, and the Commonwealth of the North Marianna Island, United States
 
Record
SN01918918-W 20090821/090820001947-60828e258cfdc0129334b0b019c93b8c (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.