Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2006 FBO #1742
SOLICITATION NOTICE

B -- Brazil ? State of Rio de Janeiro Emergency Operations Center

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
United States Trade and Development Agency, USTDA, USTDA, 1000 Wilson Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
Reference-Number-0651010B
 
Response Due
10/6/2006
 
Archive Date
10/21/2006
 
Description
POC Evangela Kunene, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901, Tel: (703) 875-4357, Fax: (703) 875-4009. PLEASE DO NOT CONTACT CONTRACTS OFFICE; PROPOSAL SUBMISSION PLACE: Col. Wanius de Amorim, Coordinator of the Exeuctive Group of Actions for the Environment (GEAMA), Rio de Janeiro State Secretary of Civil Defense, Pra?a da Republica, 45, Centro ? Rio de Janeiro ? RJ, CEP 20.211-350 BRAZIL, Phone: 011-55-21-3399-4190 / 4188, Fax: 011-55-21-3399-4189 Brazil ? State of Rio de Janeiro Emergency Operations Center. The Rio de Janeiro State Secretary of Civil Defense (?the Grantee,? ?SEDC?) invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to provide Technical Assistance for the State of Rio de Janeiro Emergency Operations Center (EOC) in Brazil. SEDC is the entity legally responsible for disaster planning and preparedness, emergency management and response in the State of Rio de Janeiro. Established in 1983, SEDC also encompasses the Rio de Janeiro State Military Fire Brigade, whose responsibilities closely support its emergency management mission. The State of Rio de Janeiro has a real need for an EOC in order to effectively realize an integrated emergency management system that can provide the tools for analysis, decision-making and deployment and coordination of resources needed to prepare, respond, and recover from natural and manmade hazards. The EOC is expected to include a coordination center, communications and network management center, command and control room, public communications systems, administration unit, training room, weather and environmental unit, and nuclear unit. It will be supported by a wide range of specialized EOC technologies, including: critical incident management software, consequence assessment tool set, loss estimation software (which includes earthquake and flood modeling tools), and IP based geographic information systems. The objective of the Technical Assistance is to design the technical and operational functions of an emergency operations center and help the State of Rio de Janeiro procure and integrate the core technologies and equipment in order to demonstrate their functionality. This will include procuring a limited number of communications consoles, desk and computers, display screens, monitors, server, closed circuit television, wireless gas monitors, portable weather station, portable computers, and interface and testing equipment. The Technical Assistance is intended to demonstrate the viability of the core technologies in a fully integrated EOC facility and thus enable SEDC to expand the EOC and an integrated management system. The Technical Assistance tasks can be summarized as follows: Architecture and Functional Requirements ? Incident Management System Assessment of Facilities (EOC) EOC Requirements Telecommunications Infrastructure requirements Facilities Plan Specifications Technology integration Implementation plan (includes economic and financial analysis) Training and Operational Integration (development of event scenario and conduct drill) Development Impact Environmental Analysis Final Report The U.S. firm selected will be paid in U.S. dollars from a $704,970 grant to the Grantee from the U.S. Trade and Development Agency (USTDA). A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background definitional mission report are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. Requests for the RFP should be faxed to the IRC, USTDA at 703-875-4009. In the fax, please include your firm?s name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want USTDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to USTDA to retrieve the RFP should allow one hour after faxing the request to USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt. Because of the large number of RFP requests, USTDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mail room before calling USTDA. Only U.S. firms and individuals may bid on this USTDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under USTDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the USTDA-financed activity, must continue to meet such requirements throughout the duration of the USTDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the USTDA grant amount. Details of USTDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English and Portuguese directly to the Grantee by 5:00PM, October 6, 2006 at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals.
 
Record
SN01133104-W 20060903/060901221757 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.