Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2023 SAM #7969
SOURCES SOUGHT

R -- RFI for FEMA, ICPD Headquarter Support Services

Notice Date
9/20/2023 4:22:29 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
NPD-38
 
Response Due
10/4/2023 12:00:00 PM
 
Archive Date
12/04/2023
 
Point of Contact
Derek Marriott, Deana Baddick
 
E-Mail Address
derek.marriott@fema.dhs.gov, deana.baddick@fema.dhs.gov
(derek.marriott@fema.dhs.gov, deana.baddick@fema.dhs.gov)
 
Description
Federal Emergency Management Agency (FEMA) Individual and Community Preparedness Division (ICPD) Headquarters Support Services Request for Information (RFI) _______________________________________________________________________________________________________ REQUEST FOR INFORMATION (RFI) SUMMARY: The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Individual and Community Preparedness Division (ICPD), has a requirement for: 1) program support; 2) research, analysis, and evaluation; and 3) creative content and outreach, to support the mission to increase individual and community preparedness and resiliency.�� � GENERAL INFORMATION:� This RFI is issued solely for information gathering purposes to identify capable sources that can provide support for the FEMA, ICPD. In accordance with FAR 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research. PROPRIETARY INFORMATION AND DISCLAIMERS:� Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in a possible future PWS or solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5. NAICS CODE: The principal nature of the requirements is consistent with services performed by industries in the 541611 Administrative Management and General Management Consulting Services NAICS with a small business size standard of $24.5M. PRODUCT SERVICE CODE (PSC): R408 � Support Professional Program, Management Support Services ANTICIPATED PERIOD OF PERFORMANCE START DATE: August 2024 ANTICIPATED ACQUISITION STRATEGY: Competitive action utilizing pre-positioned vehicle or open on SAM.gov. Small business participation is encouraged. Exact strategy is TBD.� ATTACHMENT: Draft Performance Work Statement RFI RESPONSE SUBMITTAL INSTRUCTIONS: Interested contractors shall submit their RFI responses electronically to Deana Baddick, Contracting Officer, at deana.baddick@fema.dhs.gov and Derek Marriott, Contract Specialist, at derek.marriott@fema.dhs.gov no later than 3:00PM Eastern Standard Time (EST) on October 4th, 2023.� �RFI Response for ICPD Headquarters Support Service� shall be in the subject line of your e-mail.� All responses shall be unclassified, with proprietary information clearly marked. The single file document format shall be in Adobe Acrobat (.pdf) format. Pages shall be 8.5 inches by 11 inches and shall use Times New Roman that is no smaller than a standard 12-point font type in Times New Roman, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed five (5) pages in length including images, data displays, charts, graphs, and tables. Page limitation does not include: 1 cover page. Do not include promotional materials. RFI Responses shall include the following information in the order below:� A.� Cover Page with the following information: 1.�� Company Name� 2.�� Company Address� 3.�� UEI Number� 4.�� Company Point of Contact - Name, Title, Phone, and Email address�� 5.��� The Contractor shall self-certify its Small Business size status in accordance with the size standard in effect at the time of this RFI that corresponds to the NAICS code assigned above. Contractors shall define their business size in relation to the NAICS code assigned above. Such as: Small Business (SB) Small Disadvantaged Business (SDB) 8(a) Service-Disabled Veteran Owned Small Business (SDVOSB) Women Owned Small Business (WOSB) Historically Underutilized Business Zone (HUBZone). 6.��� Federal Pre-Positioned contract vehicles, such as GSA MAS and/or DHS Strategic Sourcing Vehicles. Contractors must provide GSA Schedule Number, Contract Number, and Period of Performance and/or DHS Strategic Sourcing Vehicle Category Name and Contract Number, if applicable. B.�� Contractor Capability Statement (No more than 1 page in length) 1.�� Summarization of similar scoped or relevant projects showing capabilities in program support, outreach support, and research, analysis, and evaluation as described in the PWS. 2.�� Past performance in PWS subject areas (program support, outreach support, and research, analysis, and evaluation) C.�� Contractor RFI Responses to questions (No more than 5 pages in length) The responses received will assist FEMA with identifying the number and nature of the entities that consider themselves potential technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred in response to this RFI, or in support of activities associated with this RFI, shall be the sole responsibility of the respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI. REQUEST FOR INFORMATION (RFI) QUESTIONS Describe your experience supporting National or State, Local, Territorial, or Tribal (SLTT) preparedness efforts including programming and outreach. Describe your ability and experience collecting data and conducting surveys, focus groups and focused interviews in underserved communities and with limited English proficiency populations. Describe your experience conducting large, nationally representative surveys (n=5,000+) which include mixed method sampling (e.g., online and phone) and weighting methodologies to enhance representation? Describe your ability or experience in translating products into Spanish, Chinese (Simplified and Traditional), Korean, and Vietnamese. Describe your capabilities to provide web development and support. Describe your ability and approach to manage sub-contractors. What elements of the PWS can you support directly and what elements will you rely on sub-contractors? Feedback on the requirements document, i.e., �is there anything that needs to be more clearly defined by the government� and/or �please provide any feedback you have regarding the requirements document�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8861cc94725841aaadf56f2b3e0efb68/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06839553-F 20230922/230920230809 (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.