Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOURCES SOUGHT

W -- Leased Portable Facilities - RFI

Notice Date
4/21/2016
 
Notice Type
Sources Sought
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
 
ZIP Code
20472
 
Solicitation Number
HSFE70-16-I-0002
 
Archive Date
5/18/2016
 
Point of Contact
Carolyn Knight, Phone: 2022123977
 
E-Mail Address
carolyn.knight@fema.dhs.gov
(carolyn.knight@fema.dhs.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
FEMA Coverage Area Draft Performance Work Statement Request for Information INTRODUCTION The Federal Emergency Management Agency (FEMA) has a need for equipment and services in support of FEMA disaster survivors within shelters nationwide (CONUS and OCONUS), which will enable the agency charged with the centralized direction of emergency management to fulfill its mission. This Sources Sought Notice is a Request for Information (RFI) only. This notification seeks information from contractors as to their capabilities and experiences for successful performance of the requirements in the attached Performance Work Statement (PWS). This notification is not a solicitation, a request for proposal (RFP), or a request for quotation (RFQ). This notification does not obligate the Government to award a contract. A request for a solicitation will not receive a response. This RFI is for market research purposes. This RFI will allow the FEMA to obtain a better understanding of the market place and to make appropriate acquisition decisions. A response to this RFI shall be in writing, and submitted electronically to the Contracting Officer, Carolyn Knight at carolyn.knight@fema.dhs.gov. Responses shall be limited to 10 pages. Responses shall be sent as a pdf file attachment to the email address provided, no later than the date and time provided, and as stated in this notification. The NAICS code for this requirement is 562991 Septic Tank and Related Services, with a size standard of $7.5 Million. The Product Service Code is 4610 - Septic Tanks. 1. REQUEST FOR INFORMATION The primary purpose of this Request for Information (RFI) is for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to identify qualified contractors, who are able to meet the requirements of The Federal Emergency Management Agency (FEMA), detailed in the draft PWS document attached. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the FEMA in developing its acquisition strategy and PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Historically, there has been an absence of adequate and accessible support and care for disaster survivors within shelters. Thus, the Leased Portable Toilet Facilities and Ancillary Contracted Services requirement herein has been developed in conjunction with the FEMA Office of Disability Integration and Coordination. FEMA consulted Emergency Management subject matter experts, who have provided guidance. Leased equipment and ancillary contracted services are required to sustain and support a 100 person shelter for a minimum of seven (7) days. FEMA may provide supplemental assistance to shelter providers, when requested by a State, pursuant to Section 403 (a) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Public Law 93-288) as amended. The offeror should provide in detail or list any plans or give any cost estimate as it pertains to leasing of portable toilet facilities, including accessible portable toilets. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Additionally, any information provided in the draft PWS document (for example: task areas, periods of performance, contract types, and deliverables) are for RFI purposes only and are subject to change. Any information that the vendor considers proprietary should be clearly marked as such. 2. Request for Information (RFI) Questions: It is requested that the contractor respond to the following: a. Provide a detailed summary of your technical approach to meet the requirements detailed in the draft PWS document. b. Has the draft PWS document provided sufficient detail to describe the technical and functional requirements that encompass the desired solution? ______ YES _______ NO (if No, answer question c) c. If "NO", please provide your technical and functional comments/recommendations on elements of the draft PWS document that would contribute to a more accurate, detailed Statement of Work. d. What is your experience in implementing urgent delivery of leasing of portable toilet facilities, including accessible portable toilet? e. What skill sets and expertise do you have that are relevant to implementing massive support activities identified within the Draft PWS? f. What are your best practices for responding to critical and urgent delivery deadlines? g. Please provide a simplified visual portfolio of your implementation plan based on FEMA's Draft PWS. h. What would be your change management approach to this Draft PWS? How would you articulate the various phases into one unified voice? i. FEMA hopes to review RFI responses from offerors who could provide support coverage throughout the United States. Please describe your coverage area (see map attached.)? j. Provide a Rough Order of Magnitude (ROM) for the pricing to accomplish the requirements detailed in the draft PWS document. This ROM pricing should be directly matched to the mapped coverage area. k. Describe any strategic partnerships of this Contractor. Has Contractor leveraged any partnerships in the past to successfully meet client requirements? If Contractor is a small business that uses teaming partnerships, how does Contractor assure that it can and will perform a minimum of 51% of the work? This section is moderately important as this requirement will have a Small Business Set-Aside preference. l. Describe Contractor's relevant past experience. Has Contractor, as Prime Contractor, ever provided services similar to those described in the PWS? If so, provide complete information, including customer name; point-of-contact name, email address and telephone number; contract number; contract amount; contract period of performance. Include a description of transactions performed and numbers of transactions per 24-hour period. Include timeliness requirements and precision in performance requirements for each contract. Address each section of DRAFT Statement of Work: m. Please acknowledge that you understand that this market research is for New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. n. Please provide the following for your company: -Name of Company -Cage code and DUNS Number -Small Business Size Status -Address -Point of Contact -Phone Number -Fax Numbers -Email Address -Any applicable contracts your company currently holds: (General Services Administration (GSA), Veterans Technology Services (VETS) Government wide Acquisition Contract (GWAC), etc.) Summary A - Requirement - See attached PWS for contract description, tasks and requirements. B - Location of work to be performed - The United States of America. C - Contract Type - FFP-IDIQ. D - Overall period of performance - This RFI is for Market Research ONLY. 3. Industry Discussions Some respondents may be asked to provide additional information regarding the matters addressed in this RFI. Such requests will be provided approximately 2 weeks following the deadline to respond to this RFI. Those respondents will be contacted directly if there is a need for further information. Please submit responses no later than 4:00 p.m. EST on May 03, 2016, via e-mail to Carolyn.Knight@fema.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFE70-16-I-0002/listing.html)
 
Record
SN04091482-W 20160423/160421234723-7f574b316ebef5ead82d8f1654f1e49a (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.