Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2021 SAM #7037
SOLICITATION NOTICE

Q -- MEDICAL PERSONNEL FOR FEMA COVID-19 VACCINE SUPPORT

Notice Date
3/4/2021 9:51:38 AM
 
Notice Type
Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
COMMUNITY SURVIVOR ASSISTANCE SEC WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FB8021R00000001
 
Response Due
3/5/2021 11:00:00 AM
 
Archive Date
09/30/2021
 
Point of Contact
Sharon Edwards, Erich Ducote
 
E-Mail Address
sharon.edwards3@fema.dhs.gov, erich.ducote@fema.dhs.gov
(sharon.edwards3@fema.dhs.gov, erich.ducote@fema.dhs.gov)
 
Description
CHANGE:�� PROPOSAL DUE DATE (Phase I only): due date changed to Monday, March 8, 2021 at 2:00 pm (EST).� NOTE:� If you have already submitted a proposal as of the end of day on Thursday, March 4th, 2021, you may submit a revised proposal before March 8, 2021 at 2:00 pm (EST).��Please put ""RESUBMISSION"" in the subject line along with the RFP #. Due to the overwhelming number of responses, the questions are still being answered. NOTE:� DUE TO THE OVERWHELMING NUMBER OF QUESTIONS (FROM 34 VENDORS), THE QUESTIONS/ANSWERS WILL BE POSTED ON WEDNESDAY EVENING, MARCH 3, 2021. RFP 70FB8021R00000001 / Amendment 0001 (effective 3/1/21): CHANGE:� Proposal Due Date / Phase I (Corporate Experience): changed to Friday March 5, 2021 at 2:00 pm (EST) The following Wage Determinations are attached to the RFP as Attachment 7.�� Three states are provided per zone. WEST ZONE: WD 2015-5614 � California (LA County) WD 2015-5227 � Texas (Dallas County) WD 2015-5535 � Washington (King County EAST ZONE: WD 2015-4187 � New York (Queens County) WD 2015-4543 � Florida (Dade County) WD 2015-4187 � District of Columbia (Arlington, Falls Church County) Changes are highlighted in green in the RFP. Page 14, G.1: Corrected Erich Ducote�s email address to erich.ducote@fema.dhs.gov� Page 25, H.14, Small Business Sub-Contracting Plan:� Due thirty (30) days after award (instead of seven(7) days after award). Page 26, H.14:� The following language was deleted from the RFP, �Representative to have been of value or usable, or (2) is exchanged or used as a trade-in, or (3) is used to obtain a rebate or discount for other material and equipment purchases.� Page 69, SCA Wage Rates:� Added as Attachment 7 Page 70 K.2:�� Clarification that the Attachment 3, 52.204-24 does not count toward the 12-limit page count. �Page 73, K-2:� Clarification that the Attachment 3, 52.204-26 does not count toward the 12-limit page count. Page 91, L.3.1, Added language:� �Contractor will not be reimbursed for proposal cost associated with this RFP� Page 91, Supporting Documentation language:� Removed Page 92, Due Date for Phase I Proposal, Due Date changed to Friday, March 5, 2021 at 2:00 pm (EST) Page 92, Supporting Documentation language:� Removed Page 94, Past Performance� �The following sentence was reworded for clarification, �For federal experience, offerors are asked to submit associated contract numbers, period of performance, total dollar value and references (name, email and Ph#) for of the relevant effort.��� The following language was added. �For relevant commercial experience, offerors are asked to submit their clients name, phone#, and email address to the person that can verify performance�� Page 94, Experience for subcontractors:� Language changed to the following:� �Experience submitted that was performed by subcontractors anticipated for this contract effort will be considered but may not be considered as relevant as the Prime�s experience. Page 95 Phase II, Volume 1, Page Limitation:� The following language was added:� �(Cover page, table of content and resumes are excluded from the page count)�. Page 95, Corrected Volume I on the cover page for Factor 2. Page 95, Written Submission for Staffing & Management Approach:�� Only the written proposal limited to 12 pages.� �For the oral presentation, the vendor shall be prepared to participate in interactive dialogue with the Government to answer clarifying and on-the-spot questions (see page 96 and 97) Page 98, L.3.1, Factor 3 Price:� Removed the requirement for, �Verification that the offeror�s accounting system has been audited and determined to be adequate for determining costs applicable to a cost type contract in accordance with FAR 16.301(a)(1)�. Page 99, First bullet: Changed �Small Business goals� to �Subcontracting Goals� Orginal RFP Posting on 2/26/2021 BACKGROUND:� The Federal Emergency Management Agency (FEMA) leads the nation in preventing, preparing for, responding to, and recovering from the adverse effects emergencies and disasters create, by supporting our communities' ability to withstand adversity, strengthening our resilience and response systems, and enhancing readiness. FEMA provides resources to its federal partners to enable effective response to emergencies and catastrophic events, which overwhelm the capacity of state and local emergency systems. In alignment with President Biden�s �National Strategy for the COVID-19 Response and Pandemic Preparedness, January 2021�, FEMA is supporting federal, state, local, tribal and territorial (�SLTT� or �state�) partners to assist, augment and expedite vaccinations in the United States. Federally and state-managed vaccination sites� capability will vary by community need. � GENERAL REQUIREMENTS: The purpose of this contract is to obtain contractor-managed medical professionals for COVID-19 vaccine administration in support of federal assistance to state, local, tribal, and territorial (SLTT) partners in response to all Major Disaster Declarations for the COVID-19 Pandemic, in accordance with section 403 of the Robert T. Stafford Act, the public health emergency declared on January 31, 2020 pursuant to section 319 of the Public Health Service Act, 42 U.S.C. 247d, and the Public Readiness and Emergency Preparedness Act (PREP Act) Declaration issued on February 4, 2020 and all subsequent amendments. � The federal government will support SLTT vaccination programs by providing resources for pre-existing state or local facilities and/or establishing new federally operated facilities. Facilities will be established as fixed facility, drive-through facility, or as a mobile vaccination clinic. Site selection for vaccination sites will be needs based, data driven, and in support of SLTT requests. FEMA intends to�issue two (2) single award, IDIQ contracts for the required services.� Each contract will cover a distinct geographic zone to facilitate rapid response to states� requests anywhere within the Unites States and its territories.� One contract will be awarded for each Zone. (Zone East: FEMA Regions I � V;��� Zone West: FEMA Regions VI - X), see SOW for breakdown of regional locations.� NOTE:� Only 2 contracts will be awarded:� One contractor will cover the EAST zone and the other will cover the WEST zone. INSTRUCTIONS:� This competition will be conducted in two phases:� Phase I and Phase II.� Offerors must participate in Phase I in order to be eligible to participate in Phase II.�� See RFP# 70FB8021R00000001�for all�instructions pertaining to this competition. Questions Due Date:� Friday, February 26, 2021 -�Questions shall be submitted for both phases of the competition.� This is the only time that questions will be entertained.� Attachment 6 (Questions Template) shall be used to submit questions. Proposals Due (Phase I only - Corporate Experience):� Wednesday, March 3, 2021 at 5:00 pm (EST) ADVISORY NOTIFICATION:� after the Government completes evaluation of Phase I submission (Factor 1), Offerors will receive an advisory notification via email from the Contracting Officer. Offerors who have the most competitive proposals for�Corporate Experience�will be advised to proceed to Phase II.� See Section L of the RFP for additional information Proposal Due Date (Phase II):� Tuesday, March 16, 2021 at 5:00 pm (EST) SUBMISSION INFORMATION:� The following information shall be submitted in response to this RFP: QUESTIONS TEMPLATE (See RFP Attachment 6):� Due Friday, February 26, 2021 at 5:00 pm PHASE I:� Corporate Experience (see Section L of the RFP for instructions) PHASE II:� (see Section L of�the RFP for instructions) RFP - Attachment 2 - Pricing Template RFP - Attachment 3 - (Clause 52.204-24 (contains fill-ins)) RFP - Attachment 4 - (Clause 52.204-26 (contains fill-ins)) RFP - Attachment 5 - Statement of Contractor Assurance See the Attached Statement of Work (with Attachments)�and RFP# 70FB8021R00000001 (with attachments) for information pertaiing to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05a4dc1aa57d420981c85f0d96bd100d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05933181-F 20210306/210304230109 (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.