Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2021 SAM #7314
SOURCES SOUGHT

R -- DRAFT PWS

Notice Date
12/8/2021 9:14:54 AM
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
COMMUNITY SURVIVOR ASSISTANCE SEC WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FB8022R00000004
 
Response Due
12/13/2022 1:00:00 PM
 
Archive Date
12/28/2022
 
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
This is a DRAFT Performance Work Statement for which the Federal Management Emergency Agency will be issuing a solicitation next week - this solicitation will be a competitive 8A set-aside from the Department of Homeland Security's STARS�III Contract.� The FINAL PWS is in review - there is a possibility that some language may change - this is only a DRAFT�to ensure all eligible vendors are aware of the upcoming opportunity.� Comments and questions are welcome to ensure all 8A vendors on the DHS STARS III contract have a Fair and Equal opportunity to submit a proposal.� This solicitation will be a two-step process -� Best Value Trade Off (BVTO) action. Historical Data shows that the offeror must provide a minimum of 12 individual workers to support� the requirement. �Eight (8) of these will be Full-Time employees, and Four (4) will be Part-Time� employees. �The number of workers is based on the number of programs the contract will support to� include attending meetings whether in person or virtually. �Telework will be authorized in some� instances. �The workers telework schedule will be matched to the FEMA program managers telework� schedule and may vary. COVID/Pandemic Protocols: Currently, the Federal Government has numerous protocols in effect, (see FAR clauses section)� however these protocols may change as the Federal Government, DHS, or FEMA directors determine to� ensure the safety of all individuals. Evaluation Process: This requirement will use a two-step process � all proposals submitted in a timely manor and meet� all requirements will be evaluated. �In Phase-One (1). �Of those proposals only the top Five (5) evaluated vendors will proceed to Phase-Two (2). Phase One 1: Factor 1 � Prior Experience with contracts only with the Federal Government that are similar in� both Size and Scope, they must also be recent within the last 3 years or ongoing to be evaluated.� The Offeror�s shall provide a single page/one sided description of the contract, or T/O to include� the Contract number and include what functions/services were performed under this action. �The� Offeror must also state if they performed as the Prime or Sub-Contractor on this action. Experience is limited to 3 actions only and should match the requirements in the attached Performance Work Statement (PWS). Factor 2 � Methodology / Technical approach to meeting the requirements in the PWS. This should� address Staffing, Ability to Perform, and Quality Control at a minimum. �This is limited to Three� (3) pages (double sided). Technical Approach: A technical proposal shall be provided which specifically addresses the manner� in which the offeror proposes to meet the requirements of the TOPR and the PWS. It shall include� sufficient details to provide enough information to perform a thorough evaluation and develop� definite conclusions about the offeror�s response to each requirement. The technical approach shall� illustrate how the technical abilities and skills of the individual(s) proposed to work under this� task order will develop innovative methods, approaches, ideas, and guidance to advance FEMA's goals� of reducing disaster losses and simplifying the grant process. Offerors shall demonstrate in their� Technical Approach how the proposed personnel will: � facilitate efficiencies to ensure timely deployment of trained and qualified professionals. � provide high quality deliverables. � provide exceptional customer service. � utilize new techniques to meet reduced budget and schedule constraints. Factor one (1) -EXPERIENCE will be rated higher than Factor two (2) � METHODOLOGY All proposals will be independently evaluated and the top Five (5) will be notified that they will� be included in Step 2, all others will be notified that they will not advance. Phase Two 2: Factor 1 � Qualifications of Proposed Personnel: Offerors shall submit a �resume� not to exceed� 1?page per personnel which identifies whether the person being proposed is already on staff and� FEMA badged. �In addition, list their experience as it specifically relates to the work for this� Task Order within the last 3 years. Offerors shall identify individuals by name. If the Offeror is proposing an alternate skill set� from what is stated in the Performance Work Statement, the Offeror must thoroughly explain how the� new skill set will meet the requirements in the SOW. The Task Monitor reserves the right to accept� and/ or reject proposed personnel Factor 2 � The Offeror shall submit a detailed Transition Plan to include methodology to replace� the current vendor. �They shall also provide a plan for obtaining PIV/CAC cards and clearance from� the FEMA security office (this shall include a background check if not currently on file). Factor 3 � The Offeror will provide a detailed cost proposal in a separate document that includes� the hourly wages and the monthly cost for CLIN one (1) for the base year and the two option years. � These costs shall include, a detailed breakout of any/all additional fees, benefits, pass through� cost into the single monthly amount based on a standard 40-hour (Monday-Friday) workweek. Factor one (1) Qualifications of Proposed Personnel and Factor two (2) Transition Plan will be rated equally � Factor 1 & 2 will be rated higher than Factor three (3) Cost/Price. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f378c0e669714030ad9bca0b596c31a3/view)
 
Place of Performance
Address: Washington, DC 20472, USA
Zip Code: 20472
Country: USA
 
Record
SN06194231-F 20211210/211208230135 (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.