Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2011 FBO #3444
SOLICITATION NOTICE

M -- National Responder Support Camp

Notice Date
4/28/2011
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-10-R-0027
 
Point of Contact
Armetia Cato, Phone: 2026467978, Claudia B. Asihene, Phone: 202-646-1907
 
E-Mail Address
armetia.cato@dhs.gov, Claudia.asihene@dhs.gov
(armetia.cato@dhs.gov, Claudia.asihene@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
BACKGROUND Pursuant to the Robert T. Stafford Relief and Emergency Assistance Act, Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) is authorized to provide individual and public assistance under Presidential declarations of a disaster and emergency. Under the Post-Katrina Emergency Management Reform Act, FEMA is responsible for developing an efficient logistics system for procurement and delivery of goods and services necessary for an effective and timely response to natural disasters, acts of terrorism, and other man-made disasters. In addition, the Homeland Security Act authorizes FEMA help ensure the effectiveness of emergency response providers in responding to a natural disaster, act of terrorism, or other man-made disaster. Types of disasters and emergencies that could happen across the United States are, but not limited to hurricanes, floods, earthquakes, cyclones, tornadoes, blizzards, acts of terrorism, tsunamis, or avalanches. FEMA also plays a role in assisting with events designated by the Secretary of Homeland Security as National Special Security Events (NSSEs), and with respect to National Response Framework activities of federal agencies. The contractor shall construct and operate a Responder Support Camp (RSC) in which to stage responders and other authorized personnel and assets deployed for occurrences or events requiring a federal government response. The National Responder Support Camps contract will be used by FEMA, or by other federal agencies through FEMA, consistent with the specific authorities of the agency utilizing the contract's services. OBJECTIVE FEMA's mission is to support our citizens and first responders to ensure that as a nation we work together to build, sustain, and improve our capability to prepare for, protect against, respond to, recover from and mitigate all hazards. During disaster situations, FEMA federal, state and local responders may need a place that provides shelter, food, and additional basic needs. Hence the need for the procurement of effective and efficient Responder Support Camps is present. The National Responder Support Camps contract will be used at the time a Federal disaster is declared, or any other time FEMA or an agency work through FEMA needs a Responder Support Camp. FEMA shall be able to call upon vendor/vendors to provide Responder Support Camp Services in the Continental United States (CONUS). DESCRIPTION In order to accomplish this mission, the Government proposes to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts for five geographical areas, under which task orders will be firm-fixed price (FFP). However, the Government reserves the right to order more, less, or none at all. The period of performance is a one-year base period with four one-year option periods for a total of up to five (5) years. The RFP will be available for download at www.fbo.gov on/about 20 May 2011. It is the offeror's responsibility to monitor the Internet website for the release of the solicitation and amendments, if any. Interested offerors will be responsible for downloading a copy of the solicitation and amendments, if any. Hard copies will not be provided. EVALUATION CRITERIA The Government will make award to the responsible offeror whose offeor conforms to the solicitation and is most advantageous to the Government; cost and/or other factors considered. For this solicitation, all evaluation factors other than cost or price when combined are significantly more important than cost or price. Evaluation factors and significant sub-factors to determine quality of services may include: a) technical ability; b) personnel/key personnel; c) past performance; and d) contract management. Proposals may be evaluated on the above factors. POINT OF CONTACT All questions regarding this solicitation shall be submitted in writing to Armetia Cato at armetia.cato@dhs.gov and carbon copy to Manuel Leon at manuel.leon@dhs.gov. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFEHQ-10-R-0027/listing.html)
 
Place of Performance
Address: Throughout the Continential United States (CONUS), United States
 
Record
SN02435678-W 20110430/110428234628-cd42348669a1170576996e6d5b0f6c22 (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.