SOLICITATION NOTICE
J -- Maintenance and Deactivation of Mobile Homes for Disaster DR-4029 Texas Wildfires - RFP HSFE06-12-R-1005
- Notice Date
- 12/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, FEMA REGION VI JFO DR-4029-TX, 6001 AIRPORT BLVD, AUSTIN, Texas, 78752, United States
- ZIP Code
- 78752
- Solicitation Number
- HSFE06-12-R-1005
- Archive Date
- 1/21/2012
- Point of Contact
- Raymond Lucas, Phone: 512-323-3358, Ahisha Alexander, Phone: (940)898-5307
- E-Mail Address
-
raymond.lucas@dhs.gov, ahisha.alexander@fema.dhs.gov
(raymond.lucas@dhs.gov, ahisha.alexander@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Proposals HSFE06-12-R-1005 Maintenance and Deactivation of Mobile Homes for Disaster DR-4029 Texas Wildfires This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice, and FAR Subpart 13.5 Test Program for Certain Commercial Items. The attachment to this announcement constitutes the only solicitation; proposals are being requested and no further written solicitation will be issued. Solicitation number HSFE06-12-R-1005 is being issued as a Request for Proposals (RFP). This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-54. This requirement is 100% set-aside for Texas local firms under FAR 26.2 and also 100% set-aside for small business under FAR 19.5. Offerors must be registered in the Government's Central Contractor Registration (CCR), http://www.ccr.gov prior to submission. Evaluation Factors: The Government will award a contract based on Best Value to the Government, not necessarily the lowers cost. Award will be made on the basis of best value to the government which is not necessarily lowest price. Evaluation will be made on the four factors outlined in Section E.7 Evaluation - Commercial Items. Technical factor and past performance combined will approximately equal experience factor. Offeror is to submit prices on Cost/Price Schedule and all other factors are to be addressed in separate documents. Factor 1: Experience Experience: This factor is more important than Technical Approach and Ability and significantly more important than Price and Past Performance. This offeror is to provide verifiable evidence of experience in the set-up, dismantling/deactivation, maintenance and repair, and transportation of mobile homes; preferably in large-scale operations. This factor is not limited to Government contracts but shall include all relevant experience. Factor 2: Technical Approach Technical Approach and Ability, to include offeror's Quality Action Plan: The offeror is to provide a proposed plan addressing all aspects of the Government's Statement of Objectives (SOO) including but not limited to locations of workshops and offices, concept of emergency maintenance response and routine maintenance and inspection, transportation plans, etc. The offeror is also to submit a Quality Action Plan (QAP) which will be addressed in the Government's Quality Action Surveillance Plan (QASP). Factor 3: Price Price: Offeror is to propose a unit price for each line item. In addition, the Offeror may propose additional line items in the Offeror's proposal. Factor 4: Past Performance Past Performance: The offeror is to submit a list of all Federal Government contracts worked in the last seven years by contract number, and indicate Prime Contractor or Subcontractor. If subcontractor, list prime contractor points of contact. Include contracting officer and office location, Contracting Officer's Technical Representative (COTR), Technical Monitors, etc. Other than Federal contracts (ie State or local government, private parties) may also be used as references. There will be a base period of one year from date of award with two six-month option periods. There is no guaranteed minimum or maximum quantity in the solicitation. FAR and HSAR Clauses and Provisions: All contract clauses and solicitation provisions are included in the attached Request for Proposals. The Offeror is to complete the certifications in Section E. NOTE: The contracting activities for FEMA JFO DR-4029-TX Austin Joint Field Office will be transitioning to FEMA Region VI, 800 North Loop 288, Denton, TX 76209.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/43721ca8f76b7ac123c58395312251d8)
- Place of Performance
- Address: Various counties in Eastern and Central Texas with the majority of the current workload in Bastrop County, Bastrop, Texas, 78602, United States
- Zip Code: 78602
- Zip Code: 78602
- Record
- SN02633288-W 20111207/111205234053-43721ca8f76b7ac123c58395312251d8 (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 |