Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOURCES SOUGHT

R -- Logistics Requirement

Notice Date
5/20/2021 11:56:13 AM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
COMMUNITY SURVIVOR ASSISTANCE SEC WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FA8021R00000003
 
Response Due
5/24/2021 9:01:00 AM
 
Archive Date
06/08/2021
 
Point of Contact
Ralph La Rosa
 
E-Mail Address
ralph.larosa@fema.dhs.gov
(ralph.larosa@fema.dhs.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
REQUEST FOR INFORMATION/SOURCES SOUGHT General Management Consulting Services for Logistics The Federal Emergency Management Agency (FEMA), on behalf of the Logistics Division, has developed this Request for Information (RFI) to solicit market research information from industry. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the Government will contract for the items contained in the RFI.� This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Opportunities, website www.Beta.SAM.gov, at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS SYNOPSIS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. The purpose of this RFI is to receive industry comments on the draft Statement of Work including (but not limited to) technical questions and comments, contract pricing considerations, contract type, and interested 8(a) companies, and the applicable NAICS Code for the competitively contracted services for Logistics Operations and Mission Support. The Department of Homeland Security (DHS)/FEMA�s mission is helping people before, during, and after disasters/National Emergencies. One of FEMA�s responsibilities is to ensure the effectiveness of emergency response personnel in responding to emergencies and disasters. Types of disasters and emergencies that could happen in the continental United States, as well as outside the continental United States locations include, but are not limited to, hurricanes, floods, earthquakes, cyclones, tornadoes, blizzards, acts of terrorism, tsunamis, avalanches,� Pandemics, and other national emergencies. The Contractor shall provide qualified personnel to assist several Logistic Departments and various Logistics Missions.� The Contractor shall be able to provide services within the Continental United States, primarly �in the Washington DC and surrounding area. Applicable NAICS code is: 541611: �Administrative Management and General Management Consulting Services 541614:� Process, Physical Distribution, and Logistics Consulting Services Applicable PSC is: R706: �Logistics Support Services � The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the draft SOW requirements. The Government recommends that you first review the draft SOW so that you may have a better insight on the questions below. This requirement is restricted to Small Business 8(a) companies that are currently on the OASIS � best in class Program or the Professional Services Schedule (PSS) managed by the General Services Administration (GSA).� � Are there any other suggested NAICS codes applicable to this requirement other than the NAICS identified above? What is your company�s interest and ability to perform all requirements outlined in this notice? What percentage of this requirement would your company need to sub-contract? Within the last three years, what experience of similar work, size, and scope have you performed and for how long each time? Please provide specific examples of work performed within the past three (3) years in the following categories (limited to the 3 examples), please include the actual contract numbers or the Task Orders as they apply: Administrative Management Services���������� General Management Consulting Services �Describe your company�s management model and experience with meeting critical deadlines? Does your business align with all of these three stipulations: If reseller, do you have a dealer agreement with the manufacturer Do you have a license from the state � manufacturer and/or reseller Do you have a �brick and mortar� established place of business? No inquiries will be answered at this time and respondents shall not be notified of the results of the market research. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the Government to enter into a contract. In the event a solicitation is developed, it will be assigned a formal RFP number and the announcement will be published on www.fbo.gov. Vendor comments may be incorporated and used to develop the final SOW as well as the solicitation. Responders to this RFI will not automatically be notified of any potential solicitation; therefore interested parties should be vigilant in looking for and must respond to the official solicitation announcement thay may be posted on https://beta.sam.gov Submissions must be submitted electronically as a Microsoft Word or an Adobe Portable Document Format (PDF); no other document format or type will be accepted. It is important to note that there is a system wide size limitation on e-mail attachments of 5MB per e-mail message. It is highly recommended that respondents check the total size of the response before sending and if necessary submit responses on sequential e-mails. All responses to the RFI shall be submitted by email to Ralph.larosa@fema.dhs.gov, Contract Specialist, DHS/FEMA. �no later than 24 May 2021, 12:01 pm Eastern Standard Time. No phone calls accepted. Contracting Office Address: 500 C Street SW Washington, DC Primary Point of Contact:� Ralph J. La Rosa� ralph.larosa@fema.dhs.gov Secondary Points of Contact: �Kristen Markey� Kristen.markey@fema.dhs.gov ����������������������������������������������� �� �Christina Grady Christina.grady@fema,dhs.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6c17da2c17794f1ba8e0983fe6cab788/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN06009200-F 20210522/210521201533 (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.