Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

R -- Disaster recovery and logistics operations

Notice Date
5/18/2017
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Office of the Secretary, Acquisitions Management, Contracts, & Grants (AMCG), Office of the Assistant Secretary for Preparedness & Response (ASPR), Department of Health and Human Services, 330 Independence Ave. SW, G640, Washington, District of Columbia, 20201, United States
 
ZIP Code
20201
 
Solicitation Number
17-100-SOL-00016
 
Archive Date
6/3/2017
 
Point of Contact
Cheryl J. Perdue,
 
E-Mail Address
cheryl.perdue@hhs.gov
(cheryl.perdue@hhs.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
The Department of Health and Human Services (HHS), Assistant Secretary for Preparedness & Response (ASPR), Office of Acquisitions Management Contract and Grants (AMCG), Washington, D.C., has a requirement for coordinating and implementing disaster recovery and logistics operations. The nature and scope of ASPR's Disaster Recovery and Logistics Operations is contingent on the location of major disasters and the need for ASPR disaster recovery technical assistance. The vendor will be expected to be capable of deploying staff experts in public health, environmental health, behavioral health, social services (including expertise in the post-disaster impacts to children and youth), conduct necessary analysis, planning support, workshop facilitation, and research anywhere in the United States for several weeks to months at a time. There are 7 tasks in the requirement. Task orders may include one or more of the following: 1. Conduct a Post-Disaster Impact Assessment 2. Deployable Health and Social Services Subject Matter Expertise 3. Deployment of Recovery Technical Assistance Teams 4. Disaster Recovery Planning Assistance 5. Other Management Consulting Services 6. Deployable Supply Chain Management Subject Matter Expertise 7. Deployable Information Technology Subject Matter Expertise The NAICS Code for this requirement is 541611, General Management Consulting Services. The business size standard is $15M size standard in millions of dollars. The product code is R429. This notice is not a request for proposal. We anticipate an award of a single Indefinite Delivery Indefinite Quantity (IDIQ) award for a base period of twelve (12) months with four (4) twelve (12) month option periods. The contract type will be a Fixed Firm Price (FFP) base IDIQ and FFP, Time & Materials (T&M) or Labor Hour (LH) task orders. This requirement is a total 100% set-side for Women-Owned Small Business (WOSB) concerns. The solicitation will be issued as a Request for Proposal (RFP) utilizing Federal Acquisition Regulation, Part 15, Contracting by Negotiation. Award will be made based on the Government's determination of best-value, using tradeoffs, in accordance with FAR 15.101-1. Technical and Management Plan Evaluation Factors and Subfactors, when combined, are significantly more important than Price and are of equal importance. The Technical and Management Plans are more important than Past Performance. The importance of price as a factor will increase as the Technical, Management Plan, and Past Performance evaluation Factors and Subfactors become closer in merit. There are three aspects to the Past Performance evaluation: recency, relevancy, and quality. Past Performance will be evaluated to determine whether the offeror's present/past performance is recent, and relevant or not relevant to the requirement and how well the offeror performed on the prior contracts. The government reserves the right to award without discussions. If discussions are deemed necessary and are held, the Government may establish a competitive range comprised of all of the most highly rated proposals, unless the range is further reduced for purposes of efficiency. The RFP is planned to be posted on Federal Business Opportunities (FedBizOpps) world wide website www.fedbizopps.gov approximately June 2, 2017. Written responses to the RFP are expected to be approximately June 22, 2017.The anticipated contract award date is approximately end of July 2017. Please note that all information pertaining to subject solicitation including updates on the acquisition and/or amendments to the solicitation will be posted to the FedBizOpps website. All information required for the submission of a proposal will be contained in or accessible through the RFP package. All responsible sources may submit a proposal when the solicitation is posted, which shall be considered by the agency. Contracting Office Address: 200 C Street S.W. Washington DC 20201 United States Primary Point of Contacts: Cheryl Perdue Contract Specialist Cheryl.perdue@hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/OOS/OASPHEP/17-100-SOL-00016/listing.html)
 
Place of Performance
Address: 200 C Street S.W., Washington, District of Columbia, 20201, United States
Zip Code: 20201
 
Record
SN04514831-W 20170520/170519000822-1454cf5a37ee2c91fb4b2f6d45c4d7af (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  © 1994-2020, Loren Data Corp.