MODIFICATION
Y -- DHAT 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
- 70FB8018R00000017
- 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 to Questions Pricing 700-23 Past Performance Questionnaire Scenarios RFP This is a synopsis for support services for the Direct Housing Assessment Team (DHAT 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. This work is supported by the Direct Housing Assessment Team (DHAT), which works with leadership from the disaster-affected state to analyze potential housing mission and help determine the "best" option, or options, for providing temporary housing solutions to disaster survivors. If Transportable Temporary Housing Units (TTHUs) are determined to be the best housing solution for disaster survivors, then TTHUs are installed at: private sites (private land owned by either the disaster survivor or someone known by the survivor); commercial sites (existing manufactured home parks operating as a commercial business); and, group sites (manufactured home parks built by FEMA for the purpose of housing disaster survivors). The TTHU Program, part of the LMD, relies on DHAT to provide the credible, objective, and timely evaluation necessary to determine if direct housing assistance is needed and to ensure proper TTHU contingency planning. All direct housing options are authorized under Section 408 of the Robert T. Stafford Disaster Relief and Emergency Assistance Act as amended (Stafford Act). In addition, FEMA may be requested by other departments or agencies to provide assistance with temporary housing. Vendors may be required to consult with manufactured home vendors, HUD, HUD-approved Production Inspection Primary Inspection Agencies (IPIAs) and Design Approval Primary Inspection Agencies (DAPIAs), State agencies and other private third party agencies that inspect a manufactured home at various stages of production, FEMA storage sites and FEMA installation contractors. Information regarding the DAPIAs can be found at 24 CFR 3282.361 and IPIAs can be found at 24 CFR 3282. FEMA is seeking advisory and assistance services for the TTHU program to support DHAT field requirements and develop a mission plan for TTHUs. Contractor would support the direct housing assessment process, beginning at the middle of Stage 1 (post-incident) and concluding at the middle of Stage 3.DHAT support includes gathering information to make recommendations about TTHU direct housing feasibility and options. Mission planning builds on the information gathered during a DHAT and provides operational parameters that allow FEMA and the implementation contractors to successfully carryout TTHU missions. This contract may also support non-disaster missions (where there is no DHAT); in this case the contractor will gather the information that would have otherwise been provided by DHAT. 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 70FB8018R00000017 and, it is being issued as a Request for Proposal (RFP) with resultant Task Orders. FEMA intends to award (1) Firm Fixed Priced (FFP) Requirements contract. The contract 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 more questions will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/70FB8018R00000017/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN05074071-W 20180907/180905231613-87e60026cb10b801c40cb4661e232876 (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 |