Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2015 FBO #4940
SOLICITATION NOTICE

R -- FEMA NIMS Doctrine and Resource Typing Support Services - HSFE20-15-R-0030

Notice Date
6/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE20-15-R-0030
 
Archive Date
7/28/2015
 
Point of Contact
Glen Seipp, Phone: 3014477264, Gregory S. Blair, Phone: 3014477273
 
E-Mail Address
glen.seipp@fema.dhs.gov, greg.blair@dhs.gov
(glen.seipp@fema.dhs.gov, greg.blair@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Solicitation/RFP This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) National Integration Center (NIC) has a requirement for services in support of the National Incident Management System (NIMS), which provides standardized mechanisms for managing the sharing, deployment, and receipt of resources before, during, and after an incident occurs. Effective resource management ensures physical resources are available to support all five mission areas - prevention, protection, mitigation, response and recovery. This contract advances the implementation of the National Preparedness System (NPS) and NIMS through, 1) the rollout of the updated NIMS doctrine, 2) supporting NIMS implementation content, and 3) the development and production of new NIMS resource typing, job titles and qualifications, and associated guidance documents (herein referred to as "resource management documents") and 4) the development of National Qualification System. These four projects are central to the nation's ability to build, sustain, and deliver the core capabilities in support of the National Preparedness Goal and System. The NIMS doctrine and resource management documents are essential to ensuring the maximum level of mission readiness at the local, state, tribal, territorial, and federal levels for day-to-day mutual aid and preparedness for major disasters. See the attached RFP, HSFE20-15-R-0030, for complete details of the requirements of this solicitation. The contractor shall provide the necessary labor, equipment, and materials to perform the work and deliver the products described and required in the Statement of Work (SOW). The resulting contract will have a Base Period of Performance of twelve (12) months followed by one (1) Option Period consisting of twelve (12) months. Award of a Time and Materials (T&M) contract is contemplated. This is a 8(a) Set-Aside as defined below: NAICS 541611 Administrative Management and General Management Consulting Services Size Standard $15 Million Proposals will be due July 13, 2015. THIS ACQUISITION IS BEING OFFERED FOR COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS. Only those 8(a) vendors that are certified by the U.S. Small Business Administration (SBA) for participation in the SBA's 8(a) program will be allowed to participate in this announcement. Eligibility to participate may be restricted to firms in either the developmental stage or the developmental and transitional stages. All responsible sources may submit a proposal, which shall be considered. To be considered, a vendor must be classified a small business under the North American Industry Classification System (NAICS) code 541611(Administrative Management and General Management Consulting Services) with a size standard of $15 million average annual sales or receipts for the preceding three (3) years. Each firm claiming 8(a) status is required to provide a copy of its SBA 8(a) certification letter to the Contracting Officer with its response to this announcement. Offerors must submit all questions concerning this solicitation, in writing, to the contract specialist identified below. All questions must be submitted no later than 06/15/15 2:00 p.m. (Eastern Standard Time).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-15-R-0030/listing.html)
 
Place of Performance
Address: 800 K Street and 500 C Street, Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN03749114-W 20150603/150601235516-fdccd90a9801b445b0bc09fc58b38321 (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.