Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
MODIFICATION

R -- Public Assistance (PA) Technical Assistance Contracts (TAC) IV - Solicitation 1

Notice Date
5/1/2017
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Region IX, 1111 Broadway, Suite 1200, Oakland, California, 94607-4052, United States
 
ZIP Code
94607-4052
 
Solicitation Number
HSFE80-17-R-0004
 
Archive Date
6/16/2017
 
Point of Contact
Daisy Joseph, Phone: 510-627-7190
 
E-Mail Address
daisy.joseph@fema.dhs.gov
(daisy.joseph@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Pricing Schedule Technical Evaluation Worksheet Wage Rate Determination Past Performance Questionnaire Performance Requirements Summary Labor Categories & Qualifications Security Performance Work Statement Request for Proposal HSFE80-17-R-0004 The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) is seeking support via contracts to a follow-on requirement for the Recovery Directorate, Public Assistance (PA Division Technical Assistance Contracts (TAC) III. New contracts entitled, PA TAC IV will consist of one procurement package to solicit non-professional and professional services in an Advisory and Assistance Services (A&AS) capacity. FEMA anticipates the non-professional services to constitute the primary requirement, constituting approximately 80 percent of the overall need. FEMA anticipates the need for professional expertise in an A&AS capacity will be 20 percent of the total requirement. These services are typically only needed for short periods of time after major disasters and emergencies in order to implement the PA Program. The DHS FEMA intends to award three Hybrid Indefinite Delivery-Indefinite Quantity (IDIQ) contracts with Firm-Fixed-Price, Time and Materials, and Cost Reimbursement contract line item numbers. This requirement consists of three geographical zones, and the intent is to award one IDIQ contract per geographical zone. This requirement will support Readiness and Disaster related activities through the issuance of task orders. DHS FEMA plans to award three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to capable firms from a single solicitation. Each IDIQ contract will be awarded to a specific geographical zone within the United States and Territories (ref: Performance Work Statement). Awardees shall have prepositioned staff and resources in their awarded zones as needed. Each IDIQ contract will have an ordering period of five (5) years to include a one (1) year base period of performance and four (4) one (1) year option periods of performance. The contract type for each IDIQ will be Hybrid (Time and Materials, Cost Reimbursement, and Firm Fixed Price). This acquisition will be unrestricted, therefore providing for full and open competition, and procured using best value in accordance with FAR 15.101-1 Tradeoff Process. The solicitation number for this acquisition is HSFE80-17-R-0004. The North American Industry Classification System (NAICS) for this acquisition is 541611 Administrative Management and General Management Consulting Services. The small business size standard for NAICS 541611 is $15.0M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/RegIX/HSFE80-17-R-0004/listing.html)
 
Place of Performance
Address: Throughout the United States and outlying areas., United States
 
Record
SN04491027-W 20170503/170501234555-23f8d3bab89c5e2a8985b8e2e87b1c11 (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.