Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOURCES SOUGHT

C -- Production and Technical Services (PTS)

Notice Date
12/13/2019 1:26:39 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
SSNPTS121319
 
Response Due
12/30/2019 11:00:00 AM
 
Archive Date
01/14/2020
 
Point of Contact
Erin Cotter, Phone: 3014471921, Beth A. Farley, Phone: 3014471155
 
E-Mail Address
erin.cotter@fema.dhs.gov, beth.farley@fema.dhs.gov
(erin.cotter@fema.dhs.gov, beth.farley@fema.dhs.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
FEMA/Federal Insurance Mitigation Administration (FIMA) - National Flood Insurance Program (NFIP)The purpose of this Sources Sought Notice (SSN) is for targeted small business market research for Production and Technical Services (PTS) Architect and Engineering services (A&E) in support of Federal Insurance & Mitigation Administration (FIMA) under Federal Emergency Management Agency (FEMA).This SSN is for information and planning purposes only and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help FIMA/NFIP plan their acquisition strategy. No solicitation is currently available.The Government does not request any proprietary information that should be submitted, nor shall it be liable for any consequential damages for proprietary information. Any information submitted to the Sources Sought Notice (e.g. capability statement) is subject to disclosure under the Freedom of Information Act, 5 USC 552 (a). FEMA/FIMA is still developing it acquisition strategy for this requirement, and all interested Small Business concerns are encouraged to respond. This notice is for Small Business concerns only. Responses from other than small business concerns will not be considered.PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME.The purpose of this acquisition is to procure A&E services to support FIMA’s National Flood Insurance Program (NFIP). This includes supporting mitigation activities by bringing technical field expertise to: 1) generate and evaluate flood hazard and risk information and 2) support the development and implementation of mitigation, planning, flood mapping and modeling activities. This requirement is collectively entitled Production and Technical Services (PTS).The Contractor shall provide all necessary PTS support as set forth in the attached performance work statement (PWS) dated 12/13/2019 for a minimum of one (1) of FEMA’s ten (10) Regions as a partial small business set-aside. It should be noted that PTS support is currently being provided nationwide by two large business concerns under indefinitely delivery indefinite quantity (IDIQ) contracts that expire May 22, 2020. The services set forth in the PWS are integrated in nature and work cannot be separated to create small business opportunities. However, a scalable zone may be established as a partial small business set-aside which retains all elements of the PWS for at least one FEMA region. A description of FEMA’s regions is available at https://www.fema.gov. It should be noted that the entire scope of the attached PWS applies to each FEMA Region. This is a mission essential requirement with significant Congressional oversight. The Government must have high confidence that the Contractor(s) have the capacity, resources, and specialized A&E experience necessary to meet PWS requirements as set forth in task orders. This requirement is within the North American Industry Classification System (NAICS) code 541330, Engineering Services. The small business size standard for this NAICS Code is $16.5M. Responses must include the following information: A. Company Information (e.g. name, business address, point of contact, telephone number,e-mail address), DUNS Number, Capability Statement, and Identification of the FEMA Region(s) which you believe you have the capacity to fully support. B. Summary of completed or in-progress projects showing capabilities and relevant experience to the scope and complexity of work described in the attached PWS.C. Statement of current business size status (HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Also, business size in relation to the NAICS code size standards assigned to this acquisitionD. Responses must include the following: Interested contractors shall provide their high-level approach to managing a Risk MAP portfolio, to include, mapping, building science, and disaster support across at least one FEMA Region. The vendor shall consider the Quality Standard provided at https://www.fema.gov/media-library/assets/documents/35313. Contractors shall estimate 50 mapping multi-year projects per year across each region with an estimated cost ranging from $200,000-$700,000 per project. Demonstrate your understanding of mapping projects with recognition of the process and timeline historically used by FEMA. Demonstrate your experience and knowledge of the FEMA mapping process, to include recognizing these projects do not stand-alone and there are different integration points which need to be managed and executed. Demonstrate how your financial system (as a prime Contractor) can track the numerous different projects being funded under multiple task orders, each with different CLINs and funding documents. It should be noted that all disaster funding must be traceable. Demonstrate your ability and capacity to fully support a Region in accordance with the PWS with high confidence while complying with FAR 52.219-14, Limitation on Subcontracting. This includes (but is not limited to) providing surge support for multiple disasters within the Region. The Contractor must have the capacity to provide surge support within forty-eight hours of a major disaster (similar to Hurricane Harvey in which the PTS Contractor had to deploy staff of over 100 to the field for disaster response). PTS field support requirements include (but are not limited to) providing substantial damage estimates involving structure assessments covering large geographies in a short period of time. A full description of required services for disaster support can be found in Work Area 5.3 of the PWS. Provide your approach to managing large projects and/or efforts as a prime Contractor with multiple team members and/or subcontractors. Provide detailed information on the size and scale of projects your organization has experience with within the last five-years or is actively supporting. Describe your role in that support (lead, subcontractor, etc.). Size and scale includes dollar value, geographic footprint, staffing levels, and duration of project.Capability statements must be submitted as follows: Page limit - Ten (10) pages, 8 ½ x 11 pages 1-inch margins (top, bottom, and sides) Times New Roman font - 12 point font Page limitation does not include: single cover page or single page letter of introduction Do not include promotional materials Any proprietary information should be clearly marked.Questions pertaining to this SSN are due to the Contract Specialist and Contracting Officer at erin.cotter@fema.dhs.gov and william.sanfilippo@fema.dhs.gov no later than 2:00 PM (Eastern time) on December 18, 2019. Please use the attached template for submitting all questions. The subject line of the email shall contain the following: Questions for Sources Sought Notice - PTS Small Business Outreach. All questions and Government responses will be posted. Only electronic submissions will be accepted and are due to the Contract Specialist, Erin Cotter at erin.cotter@fema.dhs.gov and Contracting Officer William Sanfilippo at william.sanfilippo@fema.dhs.gov no later than 2:00 PM (Eastern time) on December 30, 2019. Phone calls will not be accepted or returned. The subject line of the email shall contain the following: Response to Sources Sought Notice - PTS Services Small Business Outreach.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3b2d2bb693ae471d8961842f17f590e8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05516820-F 20191215/191213230300 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.