Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2024 SAM #8205
SOLICITATION NOTICE

R -- 70FA6020D00000003 J&A

Notice Date
5/13/2024 1:21:28 PM
 
Notice Type
Presolicitation
 
Contracting Office
MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FA6020D00000003
 
Response Due
5/28/2024 11:00:00 AM
 
Archive Date
06/12/2024
 
Point of Contact
Amanda Lynn Long, Glen Seipp
 
E-Mail Address
amanda.long@fema.dhs.gov, glen.seipp@fema.dhs.gov
(amanda.long@fema.dhs.gov, glen.seipp@fema.dhs.gov)
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) intends to increase the contract maximum amount for indefinite delivery, indefinite quantity (IDIQ) Contract 70FA6020D00000003 with WSP USA Environment and Infrastructors for Hazard Mitigation Technical Assistance Program (HMTAP) Non-A&E in Sector A to ensure continuity of services until the competitive follow-on contacts are awarded for all three geographic sectors for the required HMTAP support services. The subject contractor provides mission essential non-architecture and engineering technical assistance, research, analysis, and document development (in-cluding disaster support) as set forth in task orders for FEMA/Sector A which includes all necessary support for FEMA Regions 8-10. The IDIQ maximum amount will be increased under incumbent subject contract with WSP USA Environment and Infrastructors located at 751 Arbor Way STE 180,�Blue Bell, PA 19422-1972.� WSP USA Environment and Infrastructors is uniquely qualified to provide the necessary HMTAP technical support services without extensive transition to manage the current ongoing services. In addition,� WSP USA Environment and Infrastructors is uniquely qualified to provide this support since it is the only known source that can currently provide the necessary experience and specialized expertise for Sector A. In addition, Sector A also supports the Grants Implementation Branch that manages the Building Resilient Infrastructure and Communities (BRIC) and Pre-Disaster Mitigation (PDM) funding, which was greatly and unexpectedly increased by Congress in 2022.� WSP USA Environment and Infrastructors is the only contractor who has supported the National Technical Review of the non-disaster grants for the last ten fiscal years, and they have created the necessary tools and templates to do the work efficiently and consistently. It is in the best interest of the Government from both a time and cost perspective to increase the ceiling of this IDIQ contract. FEMA concurrently issued three (3) single award IDIQ contracts for three geographic sectors (Sectors A through C) on September 30, 2020, to provide HMTAP support services nationwide including U.S. territories. One single award contract was awarded for each sector in order to distribute the workload among multiple qualified contractors. The sector approach allows HMTAP to improve upon its success by streamlining the process to satisfy projected needs based on a history of high demand for support during declared disasters. All three contracts include a 12-month base period and four 12-month options for services through September 29, 2025. The increase to the maximum amount for this subject contract is necessary to sustain services under FEMA Sector A until all the competitive follow-on contracts are in-place for all three sectors. In addition, FEMA reserves the right to revise the make-up of the sectors for the competitive follow-on. This contract ceiling increase is necessary due to following unforeseen events which had a substantial impact of Sector A; new mandates were placed on HMTAP since initial contract awards, which resulted in a substantial higher burn rate under the contracts and in particular Sector A which has experienced unprecedented flooding and all hazard disaster declarations. The new mandates include but are not limited to the provision of Non-financial Direct Technical Assistance (DTA) to low-capacity communities where FEMA will engage with each community to further explore and better understand their specific requests for technical assistance. The new mandates and increased magnitude of work substantially impacted Sector A compared to the other two sectors. For example, two unforeseen task orders for DTA were issued to� WSP USA Environment and Infrastructors for a combined total value of $10.6 million. Additionally, this ceiling increase for Sector A is necessary to allow sufficient time to complete the re-procurement process and transition to the successor contractor(s) and for FEMA to achieve the full benefits associated with making three single contract awards based on geographic sectors. The contract was issued classified under North American Industry Classification System (NAICS) 541611 with a Small Business Size Standard of $6.5 million. The current incumbent contract was issued under full and open competition in accordance with FAR Part 15. No set-aside applies and no portion of this work can be segregated. This notice of intent is not a request for proposals and no solicitation will be issued. Parties interested in responding to this notice shall submit technical data sufficient to demonstrate the necessary relevant experience, technical proficiency, and capability specific to the geographic area covered by Sector A for the services provided in the attached with limited or no transition support. Capability statements shall be limited to 20 pages or less. Any determination to compete this effort rather than increasing the ceiling of the incumbent contract is solely within the discretion of the Government based on the viability of capabilities of statements received. This notice meets the conditions of FAR Part 5.201(b)(1)(ii), modification(s) to existing contract (s) for additional services�hat meets the threshold in 5.101(a)(1).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/edb0bc50201e4cdfbae3b569bfb23bd7/view)
 
Place of Performance
Address: DC, USA
Country: USA
 
Record
SN07061514-F 20240515/240513230047 (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.