Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
MODIFICATION

Y -- Logistics Construction Support - Solicitation 1

Notice Date
9/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support 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
70FB8018R000000LCSC
 
Point of Contact
Rahsaan A. Edwards, Phone: 202.646.5786
 
E-Mail Address
Rahsaan.Edwards@fema.dhs.gov
(Rahsaan.Edwards@fema.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Responses 700-23 PPQ Pricing RFP This is a synopsis for support services for the Logistics Construction Support Contract (LCSC) with the Federal Emergency Management Agency (FEMA). The Federal Emergency Management Agency (FEMA, or the Agency) Logistics Management Directorate (LMD) provides an efficient, transparent, and flexible logistics capability to procure and deliver goods and services that support disaster response and recovery for survivors and communities. The primary mission of LMD is to deliver the right resources to the right place at the right time in support of state, local, tribal governments and territories. The Transportable Temporary Housing Unit (TTHU) Program, within the LMD, is seeking project management construction support services to support the Agency's direct housing missions. Project oversight work may include, but is not limited to, surveying, debris cleanup, site grading, site utility infrastructure, water distribution system, electrical service, roads-surfaces-pads, construction fencing, TTHU transportation, TTHU site inspection, TTHU installation, TTHU maintenance, TTHU deactivation, and some other components of FEMA's direct housing mission (e.g., Multifamily Lease & Repair Program, Permanent Housing Construction/Repair). Work may also include (but is not limited to) performance of area feasibility determination, design package preparation, and other components of FEMA's direct housing mission, as directed. It is expected that the contractor will furnish all design, labor, equipment, material, manufactured articles, transportation, supervision, and all else necessary to accomplish project management for each task order (TO) written under this Logistics Construction Support Contract (LCSC). All direct housing options are authorized under Section 408 of the Robert T. Stafford Disaster Relief and Emergency Assistance Act as amended (Stafford Act). A Performance Requirements Summary (PRS) has been developed to monitor all required services under the contract. It details the Performance Standards, Acceptable Quality Levels (AQLs), Surveillance Methods to be used, and the incentives associated with the contractor's performance. This synopsis is prepared in accordance with FAR Subpart 15.207, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis. The synopsis number is 70FB8018R000000LCSC and, it is being issued as a Request for Proposal (RFP) with resultant Task Orders. FEMA intends to award multiple Firm Fixed Priced (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The contracts will be comprised of a 12-month Base Period and four (4) Option Periods, if exercised: 12-months in duration. This procurement is being solicited via full and open competition. The associated North American Industrial Classification System (NAICS) Code for this procurement is 561210 - Facilities Support Services. FEMA anticipates releasing the RFP 15 (fifteen) days after the posting of this synopsis. No further quetions till be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/70FB8018R000000LCSC/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05074013-W 20180907/180905231553-f2258ab8bf4ef2c1038fc377a6a38204 (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.