Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2013 FBO #4297
SOLICITATION NOTICE

R -- IPAWS Alerts for People with Disabilities or Language Differences - SOW for Alerts for People with Disabilities or Language Differences

Notice Date
8/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFE50-13-R-0031
 
Archive Date
9/24/2013
 
Point of Contact
Deborah Foster, Phone: 5405422687
 
E-Mail Address
deborah.foster@fema.dhs.gov
(deborah.foster@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW - IPAWS Alerts for People with Disabilities or Language Differences This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Proposal (RFP) #HSFE50-13-R-0031 is for scientific and technical consulting services (to include: consultation, professional advisory support, independent analysis, deliberation, and other analysis support) for the Federal Emergency Management Agency (FEMA), Washington, DC 20472, as defined in the attached Statement of Work (SOW). This work effort is a new requirement. It is anticipated that a firm-fixed-price purchase order will be awarded. The period of performance will be one year from date of award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-69, dated 08/01/2013. This procurement is full and open competition. The applicable North American Industrial Classification System (NAICS) code is 541690; the applicable size standard is $14.0 million. It is anticipated that only one award will result from this solicitation via the issuance of a purchase order for commercial services. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. BASIS OF AWARD: Selection for this RFP will be made on a Best Value basis. For this requirement, technical submissions are significantly more important than price. TECHNICAL PROPOSALS should address the following Technical Evaluation Criteria, against which they will be evaluated. The Technical Evaluation Criteria are listed in descending order of importance: 1. Technical Capability, Approach and Understanding of the Statement of Work: Proposals will be evaluated on the offerors' capability, understanding of the requirements and approach to perform each of the tasks in the SOW. Proposals will be evaluated on the Offeror's demonstrated subject matter and technical expertise to provide consultation, analysis and advisory support related to Integrated Public Alert Warning System (IPAWS)/Commercial Mobile Alert System (CMAS) and alerts for people with disabilities or language differences. This effort is estimated to require 4,950 labor hours for the one year period of performance. The proposed labor mix/allocation of hours estimated to perform the SOW will be evaluated. 2. Technical Experience: Proposals will be evaluated on technical experience relevant to the SOW, including experience with emergency communications, notifications, and warnings through commercial mobile alerts to people with disabilities or language differences. 3. Past Performance: Offerors shall provide relevant past performance information for up to five projects/contracts performed in the past three years that a relevant in scope to this SOW. For each project/contract, the following information should be provided: a. Project/Contract Name b. Government Agency or Client c. Description of Work Performed d. Period of Performance e. Total Dollar Value f. Reference Contract Information (Name, Title, Phone, E-Mail) Evaluation of Past Performance information may be based on information presented in the offeror's proposal, information obtained from the offeror's supplied references through telephone interviews, the PPIRS database, and information obtained by the Government from other sources. Past Performance information will be reviewed to determine relevance to this requirement. For Past Performance projects determined to be relevant to this requirement, the Government will evaluate the following sub-criteria, which are all of equal importance: A. Quality of Service B. Qualification of Personnel C. Timeliness of Performance D. Effectiveness of Management E. Compliance with Cost/Price Estimate F. Correction/Resolution of Problems G. Subcontracting Plan Compliance (if applicable) H. Overall Customer Satisfaction In the event an offeror's past performance is not determined to be relevant to this requirement, the offeror will not be evaluated favorably or unfavorably on this past performance criterion. 4. Personnel: At a minimum, the proposed Program Manager will be designated as Key Personnel. The Offeror may designate additional Key Personnel, if desired. Key Personnel will be evaluated for relevant education, expertise and experience. Resumes and letters of commitment for proposed Key Personnel will be evaluated. Resumes are not required for proposed Non-Key Personnel, however proposals should include information on the qualifications of Non-Key Personnel, including education and experience, which will be evaluated. PRICE PROPOSAL: Offeror shall propose firm-fixed pricing to provide services as outlined in this solicitation (pricing should assume twelve months to complete the tasks). Offerors shall provide the following price information as a part of their response: proposed labor categories; fully loaded labor rates (for evaluation purposes only); and the number of labor hours anticipated for each labor category. Price proposals will be evaluated for price reasonableness. There is no restriction to proposal page length; font size should not be less than 11 point. Principle Place of Performance will be at the contractor's facility. Travel is anticipated and will be reimbursed in accordance with Federal Travel Regulations. Travel may include approximately four trips to FEMA Headquarters, 500 C Street, SW, Washington, DC. The offeror shall not include travel costs in their proposal. The Government will provide an estimated, not-to-exceed amount of funding for reimbursement of travel costs in the resulting award document. Travel will be reimbursed based on actual costs incurred. If the travel is within the local commuting area (i.e., a driving distance of less than 50 miles from the primary place of performance to FEMA Headquarters), travel costs will not be reimbursed. Parking at FEMA Headquarters will not be reimbursed. The Contractor shall provide documentation for travel expenses, including receipts, to support travel reimbursement. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response [paragraph (1) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov/; if the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of this provision]. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.204-10, 52.217-5, 52.217-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFP must be received no later than 9:00 AM/EDST, 09/09/2013 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Debi Foster/Bldg. 772 or sent electronically to deborah.foster@fema.dhs.gov (electronic is preferred). Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Foster at deborah.foster@fema.dhs.gov or faxed to 540/542-2632. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-13-R-0031/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN03166236-W 20130830/130829000339-c34f3fdedd82d58fe2ab79e93ba148bb (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.