Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SPECIAL NOTICE

Y -- Request for Information (RFI) FEMA Responder Support Camp Lodging Solution

Notice Date
9/11/2020 1:17:25 PM
 
Notice Type
Special Notice
 
NAICS
721310 — Rooming and Boarding Houses, Dormitories, and Workers' Camps
 
Contracting Office
FEDERAL EMERGENCY MANAGEMENT AGENCY
 
ZIP Code
00000
 
Response Due
9/16/2020 2:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Maurice D. Randolph, Sherwin Turner
 
E-Mail Address
maurice.randolph@fema.dhs.gov, Sherwin.Turner@fema.dhs.gov
(maurice.randolph@fema.dhs.gov, Sherwin.Turner@fema.dhs.gov)
 
Description
REQUEST FOR INFORMATION/SOURCES SOUGHT � Responder Lodging Pods � The Federal Emergency Management Agency (FEMA), on behalf of the Disaster Recovery Branch, has developed this Request for Information (RFI) to solicit market research information from industry. The Department of Homeland Security (DHS)/FEMA�s mission is helping people before, during, and after disasters. One of FEMA�s responsibilities is to ensure the effectiveness of emergency response personnel in responding to emergencies and disasters. Types of disasters and emergencies that could happen in the continental United States, as well as outside the continental United States locations include, but are not limited to, hurricanes, floods, earthquakes, cyclones, tornadoes, blizzards, acts of terrorism, tsunamis, and avalanches. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the Government will contract for the items contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. 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. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities, website �https://beta.sam.gov/ at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS PRE-SYNOPSIS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS RFI. No reimbursement will be made for any costs associated with providing information in response to this RFI or any follow up information requests. The purpose of this RFI is to receive industry comments on the attached DRAFT Statement of Work including (but not limited to) technical questions and comments, contract pricing considerations, contract type, business size of capable and interested companies, and most applicable NAICS Code for the competitively contracted services for a potential turn-key temporary lodging solution with all-inclusive amenities for responders, other authorized personnel, and any responder teams or federal personnel deployed for response. This scope seeks an integrated turn-key lodging solution inclusive of single occupancy lodging, mobilizations, site preparation, installation, management and operations and demobilization. The contractor shall provide all necessary labor, supervision, equipment, tools, materials, fuel, supplies and transportation, necessary to provide the items and services described herein. This Statement of Work (SOW) requires vendor provided transportation resources in performance of these services.� FEMA will not be responsible for providing or assisting with obtaining transportation resources.� Vendor provided transportation services/resources include: All necessary vendor provided/contracted resources required to transport contractor personnel, equipment and supplies to a suitable aerial port of embarkation (APOE) Sea port of embarkation (SPOE) Completion of required load planning Providing/securing required material handling equipment as required to on-load/off-load aircraft/ships/barges Suitable air/sealift to move personnel, equipment and supplies from the APOE/SPOE to suitable aerial ports of debarkation (APOD) Sea ports of debarkation (SPOD) and resources required to transport contractor personnel, equipment and supplies to locations as specified All modes of transportation are the responsibility of the contractor The Contractor shall provide preferable but not limited to hard-sided single occupant Responder Lodging Solution (RLS�s) that meets a maximum phased capacity of 1500 occupants. Contractor services include: Responder Lodging Solution (RLS�s) design for but not limited to hard-sided sheltering including COVID-19 mitigating measures (See item 2 Contract Data Requirement List (CDRL)). Private, individual bed space for each occupant (i.e. cabin, room, etc.) Mobilization Site Preparation Installation and maintenance of all contractor provided equipment All services necessary to efficiently manage and operate the Responder Lodging Solution (RLS�s) onsite management office, daily amenities, food preparation/distribution, housekeeping, laundry, wireless internet, recreational areas, and parking Demobilization and restoration of site if required 1% ADA compliance, possibility of increase upon request and availability. The Contractor shall house all authorized occupants in facilities configured of� hard sided sheltering, modular units, or other solutions capable of meeting all applicable design loads for wind, snow, seismic, flood, extreme temperatures, extreme humidity, and other potential hazards, to the extent practicable.� Incident/Individual Responder Quarters (IRQ) shall be equipped with heating and air conditioning (HVAC) units that use fresh outdoor air, IRQ�s shall also have individual room temperature control panels. They shall meet all environmental conditions and capable of maintaining the interior temperature between 68 and 72 degrees Fahrenheit as well as providing bedding, meal services, kitchen, dining hall, operations center, medical unit, refrigerated trucks, toilet units, shower units, hand wash units, potable (drinking) water, water purification and manifold distribution systems, toilets, on-site manifold distribution of black and grey water and associated on-site sanitation systems, complete laundry service, trash/recycling removal and dumpster service, industrial generators, light towers, identification cards, cooling stations, fencing and barricades. The notional NAICS code is 721310 Rooming and Boarding Houses, Dormitories, and Workers� Camps.� The Small Business Size Standard for this action is $41.5 million. � The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the draft SOW requirements and Contract Data Requirements List (CDRLs). The Government recommends that you first review the draft SOW so that you may have a better insight on the questions below. � Is the draft SOW clear, concise, and/or sufficient enough to develop and submit the required information in response to a Request for Proposal (RFP)? What is the business size standard of your company (small business, SDB, SDVOSB, HUBZone, 8(a), Large, etc.)? If 8(a) eligible, please provide current status regarding your scheduled graduation date from the 8(a) program under this NAICS code. What are your business DUNS and Cage Code numbers? Are there any other suggested NAICS codes applicable to this requirement other than the NAICS identified above? Is 15-days a sufficient amount of time for a contractor to prepare a proposal given the scenario of a full trade-off best value source selection requiring a technical and price proposal and past performance references? If 15-days is not sufficient, please provide a reasonable timeframe to prepare a proposal. Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. Would your company acquire �the services or partner with another entity as a subcontractor? What are your company�s capabilities in transporting lodging pods on short notice, what methods would you use, and what timeframes can you meet? Can your company support the needs of the Government requirements as detailed in the draft SOW across the Continental United States Can your company support the needs of the Government requirements as detailed in the draft SOW at other than Continental United States locations, such as Puerto Rico, U.S. Virgin Islands, Hawaii, Guam, Commonwealth of the Northern Marianas, and American Samoa? Discuss any concerns, comments or recommendations you may have with the attached draft SOW and CDRLs. No inquiries will be answered at this time and respondents shall not be notified of the results of this request for information. Again, this document is merely for market research and planning purposes only and does not constitute a commitment, implied, or otherwise, that a procurement action will be issued nor will the Government pay or reimburse for information solicited or produced and may not be construed as a commitment by the Government to enter into a contract. In the event a solicitation is developed, it will be assigned a formal RFP number and the announcement will be published at beta.SAM.gov Vendor comments may be incorporated and used to develop the final SOW as well as the solicitation. Responders to this RFI will not automatically be notified of any potential solicitation; therefore interested parties should be vigilant in monitoring beta.SAM.gov announcements �and must respond to the official solicitation announcement when it is posted at beta.SAM.gov. Submissions must be submitted electronically as a Microsoft Word or an Adobe Portable Document Format (PDF); no other document format or type will be accepted. It is important to note that there is a system wide size limitation on e-mail attachments of 5MB per e-mail message. It is highly recommended that respondents check the total size of the response before sending and if necessary, submit responses on sequential e-mails. All responses to the RFI shall be submitted by email to Sherwin Turner, Contracting Officer, at sherwin.turner@fema.dhs.gov and Maurice D. Randolph , Contracting Officer, at maurice.randolph@fema.dhs.gov no later than September 16th , 2020 , 5:00 pm Eastern Standard Time. No phone calls accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53ff12da9344450e96ab4bca327eb35e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05794416-F 20200913/200911230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.