Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2022 SAM #7365
SOLICITATION NOTICE

R -- 70FBR622B00000004 Temperature Screeners Solicitation

Notice Date
1/28/2022 9:51:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
REGION 6 Denton TX 76209 USA
 
ZIP Code
76209
 
Solicitation Number
70FBR622B00000004
 
Response Due
2/7/2022 2:00:00 PM
 
Archive Date
02/22/2022
 
Point of Contact
Ashlee Young, Phone: 2028265994
 
E-Mail Address
ashlee.young@fema.dhs.gov
(ashlee.young@fema.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation� The Federal Emergency Management Agency (FEMA) is considering the issuance of a Firm Fixed Price Labor Hour Purchase Order for an immediate requirement for pre-temperature screeners to support Region VI disaster relief operations as a result of COVID-19.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the�format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112 Surgical and Medical Instrument Manufacturing and 561320 Temporary Help Services.� This requirement is to support the federally declared Hurricane Ida DR4611-LA during the COVID-19 pandemic. This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USO 5150) and FAR 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. A� ""local firm"" means a private organization, firm, or individual residing or primarily doing business in the affected area that has been made part of the disaster or emergency declaration. In order to fulfill the requirements of the two statutory requirements a contracting officer may�set aside solicitations to allow only offeror(s) residing or primarily doing business in the affected area.� The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for jack stand installation and lift services to be performed after normal working hours and on the weekend. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5177 (Rev.-16)� Description of Requested Services� Purpose� FEMA Safety Office for DR4611LA requires temporary staff to provide temperature screenings at Branch Offices and Responder camps throughout the impacted regions due to Hurricane Ida. Contractor will post staff at entry points as advised by FEMA safety to conduct daily temperature screenings for all parties requesting entrance into branch offices and responder camps throughout the impacted region. Staff will report seven days per week for 12-hour shifts.� Period of Performance:� Anticipated Base: February 24, 2022, through May 23, 2022 Option Period I: May 24, 2022, through June 23, 2022� Option Period II: June 24, 2022, through July 23, 2022� Quote Submission Instructions� Reponses to this Request for Quote (RFQ) are due no later than 5:00 pm, ET, on Monday, February 7, 2022.� Questions regarding this solicitation shall be e-mailed to ashlee.young@fema.dhs.gov, no later than Wednesday, February 2, 2022. Each Offeror is required to submit your company's quote via�e-mail. Quotes sent or received by U.S. Postal or courier mail to the office or physical addresses shall not be accepted. The quote shall be submitted to the Contracting Officer Ashlee Young at ashlee.young@fema.dhs.gov.� Electronic submission of your quote is due no later than 5pm EST, on Monday, February 7, 2022.� All quote submissions must include the following information (preferably to be provided on the quote submission cover letter):� 1.�� �Tax Identification Number 2.�� �Active Dun & Bradstreet Number (DUNS) 3.�� �Authorized Representative Contact Name 4.�� �Contact Email Address 5.�� �Contact Telephone and Fax Number 6.�� �Complete business mailing address 7.�� �Soonest delivery date with your quote submission Applicable Contract Clauses� The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 52.212-2 Evaluation - Commercial Items. (OCT 2014)� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the�solicitation and statement of work will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are listed in its order of importance: Evaluation Factors The evaluation will be based on the Attachment 1 Evaluation Criteria and the offeror's ability to achieve the scope requirements as outlined in the statement of work. Award will be made to the offeror's whose quote conforms to the RFQ and all specifications within the Statement of Work.� Factor 1. Experience and Technical Competence in the type of work required� The offeror's proposal will be evaluated for its quality and evidence of the extent to which the�contractor demonstrates its knowledge and a thorough and comprehensive understanding of the requirement and the capability to perform the requirements outlined in the Statement of Work�(SOW).� Factor 2. Past Performance� The Government will evaluate each Offeror's past performance (minimum of 3 examples) and completion requirements of a similar size, scope, and complexity, as proven by the successful management of current and previous contracts of a similar magnitude, scope, and complexity.� Factor 3. Price� The offeror shall propose a firm-fixed price schedule for services, as outlined in the Statement of Work and Solicitation.� To determine price reasonableness, the government will review price to ensure that offerors have a clear understanding of the work and skills required for project or contract performance. Price Quotations determined to be unrealistic in terms of technical commitment or unrealistically low in price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risk of the contract requirements and may be grounds for the rejection of the quotation. If a price quotation does not demonstrate price realism, it will be evaluated as unacceptable, and the offeror will not be considered for the award.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2b83b184a5f47ebb0d3676685cf0078/view)
 
Place of Performance
Address: Baton Rouge, LA 70802, USA
Zip Code: 70802
Country: USA
 
Record
SN06227419-F 20220130/220129201523 (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.