SOURCES SOUGHT
R -- Risk Analysis for Strategic Resource Allocation assistiance services
- Notice Date
- 8/28/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFE20-12-I-0107
- Point of Contact
- Charlotte K. Laughlin, Phone: 3014471155
- E-Mail Address
-
charlotte.laughlin1@dhs.gov
(charlotte.laughlin1@dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- HSFE20-12-I-0107 All small businesses holding a GSA MOBIS contract for Sin 874-1 are encouraged to respond to this Request for Information (RFI). Contractors are reminded this RFI is not a request for proposal. The purpose of this RFI is to gain knowledge of potential qualified small business sources capable of performing the described work. Responses to this RFI shall not constitute responses to a solicitation, which is not currently available. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is posted as market research for data gathering and planning purposes only and does not constitute a solicitation nor should it be construed as a commitment by the Government to issue a solicitation or award of a task order. The Government will not reimburse any respondent for any costs associated with information submitted in response to this RFI. The government does not intend to provide a response to white papers submitted for this RFI. This is a Request for Information (RFI) only. The U. S. Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA), Grant Programs Directorate (GPD), Preparedness Grants Division (PGD) requests information from GSA MOBIS Sin 874-1 small business contractors regarding their experience in providing Risk Analysis for Strategic Resource Allocation assistance services. The contractor should have the necessary skills to provide technical support in the development of risk methodologies used to allocate grant funding. The risk methodologies will include factors such as the risk of a terrorist event, the risk of a natural hazards event and/or the risk of other catastrophic events. The contractor should also have the required experience to support the analysis of risk through automated tools that provide real-time results that can be used to help inform decision makers. The contractor should have the ability to research data sources to ensure that they are using the best data available to analyze risk and provide reports and analysis that will be used in order to compare risk results to make grant allocation decisions. The contractor should have the knowledge and expertise to support the Risk Analysis Branch with emerging requirements as it relates to enhancing the work performed within the branch. The contractor shall have significant subject matter expertise for the activities to be conducted under this requirement which may include but are not necessarily limited to the following: (1) perform risk analysis used to inform strategic resource allocation decisions; (2) use existing and accepted approaches to calculate risk for states, urban areas, ports, transit systems, tribal nations, non-profit facilities, and border areas in accordance with DHS's existing practices; (3) collect, compile and process risk information from approved data sources; (4) use automated systems that can provide real-time results of risk analysis that will be used by decision makers; (5) execute, maintain, and modify risk analysis models and tools as necessary. Data sources and risk analysis results are classified as SECRET therefore a SECRET clearance is required in order to attend meetings and briefings classified as SECRET; (6) use existing data sources and methods to ensure consistency with congressionally briefed or mandated requirements; (7) calculate the overall risk in accordance with the model approved by the Secretary of Homeland Security. The risk calculation must reflect the policy decisions of the Office of the Secretary, which may or may not include elements of threat, vulnerability and consequence to risk; (8) continually update the current formula based on leadership requirements and ensure that the formula contains accurate, recent, and relevant data sources as required. For example, population data shall be updated as it becomes available from the U.S. Census Bureau. All other data points included in the existing formulas, such as the economic index, border index, infrastructure index, etc. shall be updated in a similar manner; (9) accept data from other DHS components who contribute to the grants risk formula. For example, DHS/Office of Intelligence and Analysis (I&A) provides threat data that populates all of the risk methodologies. The contractor shall calculate the threat index for each of the formulas based on that information and in accordance with methods accepted by FEMA and I&A. All other data points that receive information from other DHS and Federal components shall be calculated and updated in a similar manner; (10) support the development of pre-decisional risk briefings and rankings through all levels of DHS/FEMA; (11) provide summary risk information for each State, urban area, port, transit system, and other grantees; (12) support the annual risk validation process that is available for all States and urban areas, and is in accordance with the 9/11 Act; (13) develop individual risk profiles for all States and urban areas and ensure that they are accurate and complete; (14) support the process of delivering the profiles to each jurisdiction, track all incoming questions, and support the technical assistance needed to ensure the success of this requirement; (15) support FEMA reporting and briefing requirements which include an annual Risk Analysis Strategy & Plan and Risk Measurement Methodology, Government Accountability Office, and Office of Inspector General reports; (16) develop and execute financial analysis and resource allocation methods; (17) work with the DHS components, subject matter experts, and executive leadership to develop and implement allocation strategies; (18) develop metrics and methods for scoring applications, to include investment justifications. Metrics should be consistent with the current policy decisions as determined by FEMA leadership; (19) develop and execute models and tools to allocate appropriated funds to grant recipients based on risk and other factors; (20) develop briefings and whitepapers to describe the policy decisions and the implementation of allocation models; (21) provide training sessions for DHS/FEMA staff, as well as grantees, provide the technical design and implementation of the training materials as well as any necessary materials to include User Manuals and Administration Manuals; (22) the contractor shall suggest new methods for assessing risk to States, urban areas, ports, transit agencies, border areas, non-profit facilities and other at-risk areas or critical infrastructure based on DHS leadership requirements; (23) present ideas and findings and recommend courses of action that could be used to assess risk in support of the FEMA preparedness grants; (24) research all available sources of data, both publicly-available and not, and suggest ways in which the data can be used to improve the current risk methodology; (25) must be familiar with 9/11 Act requirements and other DHS requirements for assessing risk, the grant programs and their intent to ensure that the suggested alternatives fit the mission and scope of the FEMA preparedness grant programs; (26) be familiar with FY 2013 National Preparedness Grant Program (NPGP) vision document and the President's FY 2013 Budget as it relates to FEMA preparedness grants; (27) provide recommendations on how risk could be assessed in order to allocate funding under this proposed grant program; (28) analyze the current methodology and develop ways to improve the analysis of risk in support of the FEMA preparedness grant programs; ALL responses to this RFI notice shall contain the following information: (1) List Company name and primary points of contact(s); (2) Description of the company's experience or in depth working knowledge of Risk Analysis for Strategic Resource Allocation; (3) Must address points 1-28 identified above. Capabilities statements shall not exceed 5 pages (no hyperlinks or electronic media) and shall include a synopsis of specialized experience and technical competence of your firm with the type of services/specific experience and qualification of available personnel as it relates to this requirement. Submissions shall be made using Microsoft applications. The cover sheet shall not be included in the five (5) page limit. Font shall not be smaller than 12-point Courier, Arial, or Times New Roman. All information shall be submitted in sufficient detail for determination of the ability of the contractor to perform the required services. Provide a positive statement of your intention to submit a proposal as a prime contractor if a GSA MOBIS Sin 874-1 solicitation is issued by the government as a small business set-aside. Any and all responses to this RFI must be submitted in writing to charlotte.laughlin1@dhs.gov. No telephonic questions will be accepted. This is not a Request for Quotation/Proposal, it is simply a Request for Information. It will be the Government's determination as a result of the responses to this RFI whether a GSA MOBIS small business set-aside will be issued or not at a later date. Responses are due no later than 3:00 EDT on September 10, 2012. THIS IS NOT A SOLICITATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-12-I-0107/listing.html)
- Place of Performance
- Address: 800 K Street, NW, Washington, District of Columbia, 21001, United States
- Zip Code: 21001
- Zip Code: 21001
- Record
- SN02859611-W 20120830/120829001821-8a2bdae9399436baa7b36d244450cd7f (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 |