Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 31, 2013 FBO #4359
MODIFICATION

R -- Doctrine Support Services for FEMA Response Directorate and FEMA Recovery Directorate

Notice Date
10/29/2013
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Response Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE90-14-R-0001
 
Archive Date
11/15/2013
 
Point of Contact
Sam K. Ansani, , Candice N. Burch,
 
E-Mail Address
sam.ansani@dhs.gov, Candice.Burch@FEMA.DHS.GOV
(sam.ansani@dhs.gov, Candice.Burch@FEMA.DHS.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
a. This is a synopsis for a single indefinite-delivery, indefinite-quantity (IDIQ) contract to obtain doctrine support services for the FEMA Response Directorate Assistant Administrator and FEMA Recovery Directorate Assistant Administrator. Doctrine support includes technical editing, facilitation, research and analytic, graphic, and writing support. There are five doctrine document categories: 1) Keystone, 2) Manual, 3) Handbook, 4) Guide, and 5) Procedure. This announcement constitutes only the synopsis and the solicitation will be posted on www.FedBizOpps.gov. b. The anticipated IDIQ contract length is a one-year base period of performance and four one-year option periods. c. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-69. d. The NAICS code of this procurement is 541611 (Administrative Management and General Management Consulting Services). This procurement is a small business set-aside in accordance with FAR 19, small business size standard of $14.0 million. e. Please reference the solicitation, once available, for all applicable provisions and clauses. f. Please reference the solicitation, once available, for additional contract requirement(s) or terms and conditions. g. Please reference the solicitation, once available, for offeror representation and certification. h. Please reference the solicitation, once available, for proposal submission instructions and evaluation factors for award. i. The Defense Priorities and Allocations System (DPAS) is not applicable to this solicitation. j. Please reference the solicitation, once available, for proposal due date. k. If you have further questions, please e-mail Candice.Burch@FEMA.DHS.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/POS/HSFE90-14-R-0001/listing.html)
 
Place of Performance
Address: Depending upon the task, work shall be performed at the FEMA headquarters and at the contractor's location. The Contractor may be required to attend frequent meetings and planning sessions at FEMA headquarters for coordination and planning purposes. The FEMA headquarters address is:, 500 C St SW, Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN03224017-W 20131031/131029234206-21c3335fa6909877925d295915293f5a (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.