SOURCES SOUGHT
Z -- Request for Information: Permanent Housing Construction Repair � Saipan & Tinian
- Notice Date
- 11/9/2020 5:15:27 PM
- Notice Type
- Sources Sought
- NAICS
- 236117
— New Housing Operative Builders
- Contracting Office
- REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
- ZIP Code
- 94107
- Solicitation Number
- 70FBR921C000000XX
- Response Due
- 11/17/2020 6:00:00 PM
- Archive Date
- 12/02/2020
- Point of Contact
- Kimberly Hodge, Phone: (202) 702-3931, Martin Meade, Phone: (202) 304-6557
- E-Mail Address
-
kimberly.hodge@fema.dhs.gov, martin.meade@fema.dhs.gov
(kimberly.hodge@fema.dhs.gov, martin.meade@fema.dhs.gov)
- Small Business Set-Aside
- LAS Local Area Set-Aside (FAR 26.2)
- Description
- Request for Information: Permanent Housing Construction Repair � Saipan & Tinian This RFI does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the U.S.Government (USG) to enter into a contract, nor will the USG pay for the information submitted in response to this request. All information contained in this RFI is preliminary and is subject to change if, and when, a solicitation is issued. Responses to this notice are not offers and cannot be accepted by the USG to form a binding contract. In accordance with the Federal Acquisition Regulation (FAR), the USG may issue sole source contracts. If a competitive solicitation is released, it will be synopsized on the Beta.Sam.gov website. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this RFI, or future solicitations. FEMA is formulating the acquisition strategy for Permanent Housing Construction (PHC) Repair in support of DR-4404-MP in Saipan and Tinian.� We intend to advertise the requirement using the North American Industry Classification System (NAICS) Code 236117, New Housing For-Sale Builders with a $39.5 million small business size standard effective August 19, 2019. Please note that for small business set-aside awards, a small business is expected to comply with FAR guidance at 52.219-14, Limitations on Subcontracting.� All prospective offerors must be registered in sam.gov prior to award of a contract. FEMA�s intent is to set aside this requirement for businesses located in the Commonwealth of the Norther Marianas Islands (CNMI) in accordance with FAR subpart 26.2--Disaster or Emergency Assistance Activities. This subpart provides a preference for local organizations, firms, and individuals when contracting for major disaster or emergency assistance activities. If this requirement is set aside for CNMI organizations, firms, and individuals, per FAR 52.226-3 your business must represent that it has its main operating office located and licensed to operate in Saipan and/or Tinian; and the office generated at least half of the your gross revenues and employed at least half of the your permanent employees. If not, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include: Physical location(s) of the business�s permanent office(s) and date any office in the set-aside area(s) was established; Current state licenses; Record of past work in the set-aside area(s) (e.g., how much and for how long); Contractual history the business has had with subcontractors and/or suppliers in the set-aside area; Percentage of the business�s gross revenues attributable to work performed in the set-aside area; Number of permanent employees the business employs in the set-aside area; Membership in local and state organizations in the set-aside area. Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. BACKGROUND On October 24, 2018, Category 5 Typhoon Yutu, the strongest typhoon to impact the Commonwealth of Northern Marianas Islands (CNMI) on record caused catastrophic damage to the islands of Saipan and Tinian. Typhoon Yutu caused one death, downed power poles and damaged vehicles, schools, hotels, businesses, airports and hundreds of homes on both islands. The U.S. President signed a Disaster Declaration on October 27, 2018 making funds available to the Federal Emergency Management Agency (FEMA), to provide disaster assistance to Saipan and Tinian. The Office of Response and Recovery (ORR), Recovery Directorate is seeking to repair and/or replace eligible applicant�s housing affected by the disaster. The services required are in support of the Individual Assistance (IA) Program DR-4404-MP. PROJECT SCOPE The purpose of this procurement is to acquire services to repair eligible applicant's dwellings impacted in Saipan and Tinian to a habitable; safe, sanitary, and functional condition per the applicable Federal, State and Local code. FEMA defines �habitable� as safe, sanitary, and functional. �Safe� refers to being secure from disaster-caused hazards or threats to occupants; �sanitary� refers to being free of disaster-caused health hazards; and �functional� refers to an item or home capable of being used for its intended purpose. The Contractor shall ensure compliance with 2018 International Building Code (IBC) for high wind and flooding hazards, and repairs not pertaining to high wind, and flooding standard shall be completed in compliance with 2012 IBC standards to include seismic zone 4 code, permitting, licensing, Federal floodplain management standards and environmental/historical preservation requirements. Please see exceptions to the applicable code requirements, listed below. Utilizing the individual scopes of work that the USG will provide, all repair work must be performed by licensed building Contractors, authorized to work in the CNMI, using materials of average quality for the lowest price (�builder grade�), IBC minimum code compliant materials and employing at a minimum 30% local labor (IAW FAR 52.226-5), to the greatest extent possible. The Program activities require the services of professional construction technicians, engineers, and other related technical specialists with knowledge, experience, and expertise in the professional field of construction services, project management; supply chain/logistics, workforce mobilization & sustainment. PERIOD OF PERFORMANCE The anticipated period of performance (PoP) is 180 days from date of issuance of the notice to proceed (NTP). SUBMISSION OF CAPABILITY PACKAGES INSTRUCTIONS Interested vendors shall submit a brief capabilities' statement package via e-mail to the Points of Contact listed below. There is no page limitation on your submission. Respondents shall also provide a cover page with their Company Name, DUNS Number, CAGE Code, Company web address, Company Address, Point of Contact, Telephone Number, e-mail Address, the Size of your Organization, and, if applicable, the small business socioeconomic category. This documentation should address, at a minimum, the following to demonstrate the vendor's capability to perform the requirements in the attached Statement of Work (SOW). Vendors are requested to respond to one, some, or all components. (1) The vendor's technical capability to deliver the construction services in the SOW;�� (2) Past experience with similar requirements along with the contract type/pricing methodology; (3) The vendor's capacity in the geographic location; and (4) The vendor's ability to manage and execute, as the prime contractor, the types and magnitude of construction services required and to acquire and provide Bid Guarantee and Payment and Performance bonds for magnitude of construction projects estimated between $5,000,000 and $10,000,000.� Please provide additional information you deem relevant to respond to the specifics of the RFI. The USG is not requesting any proprietary information to be submitted, nor shall it be liable for any consequential damages for proprietary information included. Any information submitted to the RFI (e.g. capability statement) is subject to disclosure under the Freedom of Information Act, 5 USC 552 (a). All submissions submitted will not be returned. Responses to this RFI will be accepted until 6:00 PM PST on Wednesday, 11/17/2020. Please submit responses to: kimberly.hodge@fema.dhs.gov and martin.meade@fema.dhs.gov Attachments: Statement of Work - PHC Repairs 11.10.20
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b0de56c6dba04c199f1f9afdb9507030/view)
- Place of Performance
- Address: MP 96950, USA
- Zip Code: 96950
- Country: USA
- Zip Code: 96950
- Record
- SN05849746-F 20201111/201109230142 (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 |