SOURCES SOUGHT
R -- DHS FEMA - Resilience Administrative Support Services
- Notice Date
- 11/18/2024 12:15:18 PM
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FA6025I00000001
- Response Due
- 11/29/2024 11:00:00 AM
- Archive Date
- 12/14/2024
- Point of Contact
- Amanda Lynn Long, Phone: 2022852962, 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)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This RFI is issued solely for information gathering purposes to identify sources that can provide support for The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Resilience. In accordance with FAR 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research. �RFI Response for FEMA Resilience Administrative Support Services� shall be in the subject line of your e-mail. All responses shall be unclassified, with proprietary information clearly marked. The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Pages shall be 8.5 by 11 inch and shall use a type pitch that is no smaller than a standard 11-point font type, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed (page limit) pages in length including images, data displays, charts, graphs, and tables. Page limitation does not include: 1 cover page. Do not include promotional materials. RFI Responses shall include the following information in the order below: A. Cover Page with the following information: 1. Company Name 2. Company Address 3. UEI Number 4. Company Point of Contact - Name, Title, Phone, and Email address 5. Statement of current business size status (i.e., HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Also, business size in relation to the NAICS code size standards assigned to this acquisition. 6. GSA Schedule Number, Contract Number, and Period of Performance and/or DHS Strategic Sourcing Vehicle Category Name and Contract Number, if applicable B. Contractor Capability Statement (No more than 2 pages in length) - Summarization of relevant experience of same or similar scope to demonstrate capabilities C. Contractor RFI Responses to questions (No more than 6 pages in length) The responses received will assist FEMA with identifying the number and nature of the entities that consider themselves potential technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred in response to this RFI, or in support of activities associated with this RFI, shall be the sole responsibility of the respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. REQUEST FOR INFORMATION (RFI) QUESTIONS List questions for industry here: 1. What type of Administrative Support Services experience does your company have? 2. What is your company�s approach to quality assurance and quality management and how do you measure success? 3. What level of effort would it take to meet our requirements and what staffing plan would you recommend ensuring your ability to staff multiple programs at one time? 4. Identify any innovative techniques or processes your company can provide in recruiting and retention. 5. Can you provide testimonials from other corporate and governmental entities? 6. Provide feedback on the requirements document. Is there anything that needs to be more clearly defined by the government?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3050fd7247b54ed4ac6e8ee129f2334f/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07268165-F 20241120/241118230108 (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 |