Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2018 FBO #6102
SPECIAL NOTICE

70 -- FIMA Catastrophic Data Modeling Licenses - Redacted Class J&A

Notice Date
8/6/2018
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Acquisition Operations Division (AOD), 500 C Street, SW, Third Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
70FA6018Q00000003
 
Archive Date
8/24/2018
 
Point of Contact
Michael Sutton, , William Tillman,
 
E-Mail Address
Michael.Sutton@fema.dhs.gov, William.Tillman@fema.dhs.gov
(Michael.Sutton@fema.dhs.gov, William.Tillman@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Redacted Class J&A The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Office of Chief Procurement (OCPO), Acquisitions Operations Division (AOD), Mitigation Section, on behalf of Federal Insurance & Mitigation Administration (FIMA) intends to enter into negotiations on a sole-source basis under the authority FAR 6.302-1 (Only One Responsible Source) with Risk Management Solution (RMS) and CoreLogic, respectively, per the approved class sole source Justification and Approval. FEMA intends to award Firm Fixed Price contracts to the aforementioned firms to procure catastrophic data modeling licenses for the FIMA's unique purposes of running models for reinsurance and risk rating, to add mission essential credibility to the National Flood Insurance Program's (NFIP's) Risk Rating and Product Redesign Program and approach, resulting from the sole source negotiations for one base period plus four one-year option periods. This notice is NOT a request for competitive proposals. Business sources, able to provide the above listed services upon careful review of the attached class J&A, may respond to this announcement within three (3) business days of its publication. Respondents will be required to demonstrate their capabilities and abilities to support this very unique effort while ensuring their proposed method in their proposal does not have any potential adverse impact on schedule or price. Interested firms should submit in writing, its name, address, point of contact, telephone number, business size, and a brief statement regarding its capability to provide the above services. If no responses are received within three (3) business days with sufficient information to determine that another responsible source is available, negotiations will be conducted with RMS and CoreLogic. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. ALL COMMUNICATIONS SHALL BE IN WRITING.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FA6018Q00000003/listing.html)
 
Place of Performance
Address: 500 C St SW, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN05021488-W 20180808/180806230756-0625877ef246a64294927d29eeaecd18 (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.