Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOLICITATION NOTICE

V -- Resource and Capability Transportation Support during Disasters (RCTSD) The State of Alaska

Notice Date
10/27/2021 6:13:23 AM
 
Notice Type
Presolicitation
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FB7021R00000006
 
Response Due
11/3/2021 7:00:00 AM
 
Archive Date
02/28/2022
 
Point of Contact
Isaac L. Chapple, Sarah Trudeau
 
E-Mail Address
Isaac.chapple@fema.dhs.gov, sarah.trudeau@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov, sarah.trudeau@fema.dhs.gov)
 
Description
Solicitation The Federal Emergency Management Agency (FEMA) Region X has the responsibility of supporting the State of Alaska with Disaster Response and Recovery efforts.� Alaska is isolated from the mainland of the United States and lacks the necessary resources in Alaska to provide support following the impact of the disaster. The impact of the disaster will bring unprecedented damages that will amplify the response and recovery efforts with challenges to meet survivor requirements located throughout Alaska, specifically to those secluded areas like the mountain and inland regions.� Accessibility issues due to damaged transportation infrastructure will have survivors waiting longer periods of time to receive life sustaining supplies.� A major part of the response and recovery effort revolves around supplying the affected area with Initial Response Resources (IRR).� These include life supporting and life sustaining IRRs such as but not limited to water, meals, cots, tarps, plastic sheeting, blankets, sandbags, generators, and fuel which are needed to lessen damage before or after a disaster.� FEMA lacks readiness in this area due to the deficiency of an IRR footprint, unavailable warehousing space and minimum full time FEMA/CORE personnel in Alaska to support the magnitude of this response. Additionally, FEMA needs to move Inter-agency resources and support functions into the affected areas to support critical needs such as infrastructure, electricity and sewage repairs; provide medical requirements and services; and bring basic human needs like water and meals to those in need. The State of Alaska is different from the other states in many ways, and these differences may predict alternative transportation requirements. Alaska has the largest land area and the lowest population density of any state. There are five distinct regions with extreme variations in climate, terrain, and local economies. Most parts of the state are inaccessible by road. Limited ground routes connect Alaska with the contiguous United States. Also, Alaska has 229 federally-recognized tribes, more than any other state. Once in Alaska, the Contractor�s equipment and personnel must operate in an extreme environment with severe cold, limited daylight, and little or no wrap-around services such as power, lodging, feeding, and heat. The Contractor providing transportation support within the impacted areas will be severely limited due to lack of vehicles, limited fuel, and roads that are damaged or blocked by debris. With the severity of the operational climate, the Contractor and equipment must be in good operational condition while deployed supporting FEMA mission. And all personnel should be properly trained with the appropriate equipment for working in potentially extremely cold weather climates. ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ The Government intends to award one or more, Indefinite Delivery, Indefinite Quantity (IDIQ) contract resulting from this RFP, to responsible, responsive offeror(s) whose proposal is determined to represent the Best Value to the government, price and other factors considered to ensure maximum delivery capacity. The technical evaluation criteria to be evaluated consists of: Demonstrated Experience, Technical Approach & Management Capability, and Quality Control Plan.� The technical evaluation factors are all critical and are listed in descending order of importance.� The technical factors combined are more important than price. Factor Identification � The source selection team will evaluate the offerors� proposals received in response to the Request for Proposals using the following factors: Factor 1 � Demonstrated Prior Experience Factor 2 �Technical Capability & Management Approach (The subfactors are not going to be rated separately and combined they make up the single factor rate for Factor 2.) Subfactor 1 - Management Strategy to Achieve Operational and Functional Requirements Subfactor 2 � Key Personnel Factor 3 � Quality Control Plan Factor 4 � Price Order of Importance: The non-price factors are in descending order of importance, with Factor 1 - Demonstrated Experience being more important than Factor 2. Factor 2 �Technical Capability & Management Approach is more important than Factor 3 - Quality Control Plan. The technical factors combined are more important than price The Government reserves the right to make award without discussions base on the initial proposal/oral presentation received.� A limited exchange, between the Government and Offerors for the purpose of clarification may occur when award without discussions is contemplated.� Offerors may be given the opportunity to clarify certain aspects of proposals to which the Offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors. In the event that discussions become necessary, the Contracting Officer may determine that the number of proposals that would otherwise remain in the competitive range exceeds the number at which an efficient competition can be conducted and may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. ________________________________________________________________________________________________________ Synopsis ������������������������������� ����������� Synopsis�������������������������������� ����������������������� Synopsis This is a synopsis for commercial services prepared in accordance with FAR Subpart 5.207.� 70FB7021R00000006 will be a request for proposal (RFP) to provide National Cross Dock & Incident Support Base.� This requirement will be Full and Open.� �The NAICS code for this requirement is NACIS: 483111 � Deep Sea Freight Transportation. It is anticipated that multiple Indefinite Delivery Indefinite Quantity (IDIQ) awards will result from this solicitation.� FEMA intends to award a Hybrid Firm Fixed Price Service Contract with a base period of performance of one year with four twelve Month option periods.� The scope of this work encompasses contractor support to provide all personnel, containers, equipment, facilities, and transportation to perform Port Operations and Transportation Services from CONUS ports to the State of Alaska, as well as retrograde support.� Transportation needs shall be prescribed by task order award. Coordination, accountability, and supervision of these services by the contractor are essential to ensure success of the operation. 1.3.1 Period of Performance: The period of performance for the resulting IDIQ is one year with four one-year optional periods of performance. Each option year period shall not exceed 12 months in duration, unless mutually agreed upon and a formal modification issued by the FEMA Contracting Officer. Each task order issued will include a specific period of performance. All terms and conditions applicable to the base period shall extend to the option period(s) unless otherwise agreed upon and a formal modification issued by the FEMA Contracting Officer. The option year period(s) are subject to the availability of funds. 1.3.2 Place of Performance and Historical Location Information:� FEMA loading/ discharging (receiving) locations are provided as historical information. The following list does not represent all loading/ discharging points and may change contingent on disaster location and FEMA needs.� Based on knowledge of the requirement and timeline, the Contractor is encouraged to recommend alternate locations to better support the mission. Specific CONUS port locations will be specified in task orders when applicable, and categorized as either West Coast, Gulf Coast or the Pacific Islands.� Other locations may be added to the list below but will be categorized as one of those three.� Some likely ports are: Locations within Continental United States. Seaports: ����������� Seaport of Tacoma, WA ����������� Seaport San Francisco, CA ����������� Seaport Oakland, CA ����������� Seaport Long Beach, CA ����������� Seaport Portland, OR Airports: ����������� Joint Base Lewis-/McChord, WA ����������� Airport Tacoma/Seattle, WA ����������� Airport San Francisco, CA ����������� Airport Oakland, CA ����������� Airport Dallas/Ft Worth, TX� ����������� Airport Portland, OR Locations within State of Alaska ����������� Kodiak, AK ����������� Seward, AK ����������� Eielson AFB, AK ����������� Valdez, AK ����������� Kenai, AK ����������� Fairbanks, AK ����������� Wasilla, AK ����������� Cordova, AK ����������� Homer, AK ����������� Ted Steven International Airport, AK ����������� Anchorage, AK� ����������� Wainwright, AK ����������� Palmer, AK 1.3.3 Hours of Operation. All contractor personnel are expected to be available and engaged in the response operations on a 24hr/7 day per week basis as set forth in the task order during response operations or as the situation dictates. Transportation operations must be continuous (without disruption) and shall operate on a continuous basis unless the United States Coast Guard (USCG), Department of Transportation (DOT), and Federal Aviation Administration (FAA) prohibits operation to severe hazardous conditions or other safety considerations. There cannot be any breaks in service due to lack of contractor personnel or contractor furnished equipment, resources and supplies. 1.3.4 Jones Act Compliance. In performing the work under this contract and task orders, the Contractor shall comply with the Section 27 of the Merchant Marine Act, 46 U.S.C. � 55102. 1.3.5 Travel. Contractor travel may be required to complete task required under the task order.� All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the Joint GSA Federal Travel Regulations.� The Contractor shall be responsible for obtaining Contracting Officer (CO)/ Contracting Officer Representative (COR) pre-approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.3.6 Contingency Support.� In the event of the Department of Defense (DOD) contingency operations or other Homeland Security actions coinciding with FEMA�s disaster support, the Contractor shall fulfill the requirement under the task order without disruption to services. BASIS FOR AWARD: The Government will make awards to the responsible/responsive offerors whose offer will be most advantageous to the Government based on Best Value.� Inquiries can be e-mailed to the Contract Specialist Michael Robinson at michael.robinson2@fema.dhs.gov and the Contracting Officer Isaac L. Chapple at Isaac.Chapple@fema.dhs.gov.� The solicitation and any amendments to the solicitation will be posted on the beta.sam.gov webpage.� The internet address for downloading the solicitation is https://beta.sam.gov.�� Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM).�� Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/066a48792e0349d29f8a1c685f9da7ff/view)
 
Place of Performance
Address: Anchorage, AK, USA
Country: USA
 
Record
SN06165559-F 20211029/211027230107 (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.