SOLICITATION NOTICE
23 -- FEMA Accessible Travel Trailers
- Notice Date
- 9/23/2024 11:24:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- COMMUNITY SURVIVOR ASSISTANCE SEC WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FB8024R00000030
- Response Due
- 9/26/2024 9:00:00 AM
- Archive Date
- 11/30/2024
- Point of Contact
- Ejona LIKA, Bernetta Burton
- E-Mail Address
-
ejona.lika@fema.dhs.gov, bernetta.burton@fema.dhs.gov
(ejona.lika@fema.dhs.gov, bernetta.burton@fema.dhs.gov)
- Description
- Amendment 0001 RFP��70FB8024R00000030, Accessible Travel Trailers IDIQ The Purpose of this Amendment 0001 to RFP�70FB8024R00000030�is the following: 1) Incorporate Answers to Questions 2) Incorporate a revised Statement of Work (SOW) based on Answers to Questions (a redlined Word version and a PDF version are attached) There are no other changes.� ��� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � COMBINED SYNOPSIS/SOLICITATION NOTICE � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � for � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Accessible Travel Trailers IDIQ Contract Vehicle � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �70FB8024R00000030 (i) This is a combined synopsis/solicitation for a modified commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, streamlined solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate solicitation will not be issued. (ii) The solicitation, 70FB8024R00000030, is issued as a Request for Proposal (RFP), Full and Open Competition, with a Small Business Reserve. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-06, effective August 29, 2024, and Homeland Security Acquisition Regulations (HSARS), effective July 21, 2023. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accessed in full text at: https://www.acquisition.gov; https://www.acquisition.gov/hsar; and https://www.dhs.gov/publication/current-hsar-deviations. (iv) This requirement is Full and Open Competition with a Small Business Reserve of quantity twenty-five (25) Accessible Travel Trailers or less. The North American Industrial Classification System (NAICS) code is 336214-Travel Trailer and Camper Manufacturing (Size Standard: 1,000 employees). The Product Service Code (PSC) is 2330- Trailers. (v) A list of line-item number(s) and items, quantities, and units of measure (including order periods) is at Attachment 3 � Pricing Template (vi) Description of requirements: See Attachment 1-Statement of Work, Attachment 2- Design and Attachment 3 -Pricing Template. (vii) The Provisions at FAR 52.212-1, Instructions to Offeror-Commercial Products and Commercial Services apply to this acquisition. See Terms and Conditions Section L Instructions, conditions, and notices to offerors or respondents. Offerors that fail to furnish required representation or technical information as required by Federal Acquisition Regulation provisions 52.212-1 or reject the terms and conditions of this solicitation shall be excluded from consideration. (viii) The provision at FAR 52.212-2, Evaluation- Commercial Products and Commercial Services apply to this acquisition. �See Terms and Conditions Section M, Evaluation Factors for Award (ix) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. Offerors shall provide a completed copy of FAR 52.212-3, Offeror Representations and Certifications � Commercial Items, with their offer. The Offeror must check or complete all appropriate boxes or blanks in the Representations and Certifications. The Representations and Certifications must be executed by an individual authorized to bind the Offeror. See Terms and Conditions Section K for full text provision. Offerors must complete annual representations and certifications online at https://sam.gov/content/home, in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. (x) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated in the solicitation. (xi) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. See Terms and Conditions Section I for applicable Clauses. (xii) See Terms and Conditions for additional solicitation requirements. (xiii) A Defense Priorities and Allocations System (DPAS) rating is not assigned. (xiv) Questions are due by September 19, 2024,�at 12:00PM Eastern Time (ET). Phase I Technical Proposals are due by September 26, 2024 at 12:00PM Eastern Time (ET). (xv) See Terms and Conditions Section G for Point of Contact information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/889e94868fdc4423a33da275afed33dd/view)
- Place of Performance
- Address: DC 20024, USA
- Zip Code: 20024
- Country: USA
- Zip Code: 20024
- Record
- SN07221205-F 20240925/240923230113 (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 |