SOURCES SOUGHT
R -- Hazard Mitigation Programmatic Technical Assistance for Mitigation (PTAM)
- Notice Date
- 5/22/2020 6:07:04 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- HMTAP-PTAM-SSN-0001
- Response Due
- 6/5/2020 11:00:00 AM
- Archive Date
- 06/20/2020
- Point of Contact
- Glen Seipp
- E-Mail Address
-
glen.seipp@fema.dhs.gov
(glen.seipp@fema.dhs.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- FEMA requests that respondents review the attached draft Performance Work Statement (PWS) and provide a capability statement that demonstrates the contractor's understanding of the scope of work. Responses are limited to 8 pages only and should be submitted in a Word or Word comparable document. In general, while this targeted 8(a) business only Sources Sought Notice (SSN) is not a request for a technical proposal, respondents should provide enough information for FEMA to make a determination as to the capability to perform the same or similar work. Specifically, interested 8(a) vendors are requested to provide specific examples of their most recent experience as it relates to the scope of work outlined in this notice. Responses will be reviewed for content that demonstrates both capability and experience. A cover page (not included in the 8-page limit) shall be included and note the following: Company Name Company Address DUNS Number Confirmation of your status as an 8(a) business contract holder Company Point of Contact - Name, Phone and Email address Point of contact, phone and email address of individuals who can corroborate the demonstrated capabilities identified in the responses. Please demonstrate your capability to provide services in accordance with the PWS, with specific examples in the following areas: Demonstrate direct experience in assisting a federal agency with interpreting and implementing the requirements of OMB Circular A-94 Guidelines and Discount Rates for Benefit Cost Analysis of Federal Programs. Provide examples of tools (spreadsheets, Excel calculators) developed that supports conducing benefit cost analyses that follows and implements guidance provided in OMB Circular A-94. Demonstrate experience in development of economic values that are used when conducting a benefit cost analysis (i.e. value of human life, value of utility services, value of service for hospitals). Discuss experience with developing tools that can be used to conduct forensic analysis that is similar to FEMA�s losses avoided analysis and studies. Demonstrate experience w/examples in analyzing, interpreting and visualizing data from internal and external federal data sources to develop products that support federal operational needs (e.g., policy, guidance, job aids, talking points, etc.). Response should include the tools and techniques employed. � Demonstrate experience in developing business rules and functional requirements for system development and road mapping from legislative authorities. Additional Information: Proprietary Information and Disclaimers: Respondents should identify any proprietary information in its SSN response. Information submitted in response to this SSN will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in the anticipated PWS or solicitation. Responses to the SSN are not offers and cannot be accepted by FEMA to form a binding contract. FEMA does not intend to award a contract based on this SSN, or to otherwise pay for the information solicited. No reimbursement for costs will be made associated with providing information in response to this SSN or follow-up information request. Respondents should be aware that this SSN is for market research purposes only and any responses submitted does not constitute a commitment by FEMA to treat any offeror more or less favorably in any anticipated forthcoming solicitation and/or ultimate award. Responses to the SSN will not be returned. All communications shall be by email. Respondents will not be notified of the results of the review of the responses. Although it is not necessary to address within capability statements, interested vendors and partners should be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b32529fc38a5467daa5e416a6ea85edf/view)
- Place of Performance
- Address: Washington, DC 20472, USA
- Zip Code: 20472
- Country: USA
- Zip Code: 20472
- Record
- SN05669426-F 20200524/200522230200 (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 |