Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOURCES SOUGHT

R -- FEMA Request for Information- Mass Care Turnkey Sheltering Support

Notice Date
1/9/2024 10:09:43 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
INCIDENT SUPPORT SECTION(ISS70) WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FB7024I00000002
 
Response Due
2/9/2024 11:00:00 AM
 
Archive Date
02/24/2024
 
Point of Contact
Edward Rudd, Isaac Chapple
 
E-Mail Address
Edward.ruud@fema.dhs.gov, Isaac.Chapple@fema.dhs.gov
(Edward.ruud@fema.dhs.gov, Isaac.Chapple@fema.dhs.gov)
 
Description
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) 500 C STREET SW, WASHINGTON, D.C. 20472 REQUEST FOR INFORMATION (RFI) Mass Care Turnkey Sheltering Support Introduction THIS IS A REQUEST FOR INFORMATION (RFI) IN ACCORDANCE WITH FAR 15.201(e) AND FAR 52.215-3, which states: RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. This is NOT a Request for Proposal (RFP). An RFP is not being issued at this time, and this notice shall not be considered as a commitment by the Government to issue a RFP, nor does it restrict the Government to a particular acquisition approach. Requests for a solicitation will not receive a response. This is a Request for Information (RFI) to gauge the marketplace and learn about the industry's capabilities to deliver turnkey congregate sheltering services. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation nor a Request for Proposal (RFP) or a commitment for an RFP in the future, and it is not considered to be a commitment by the Government to award a contract. The Government will not pay for any information or administrative cost incurred in response to this announcement. Any proprietary information included in RFI responses should be marked where applicable and will be safeguarded in accordance with Government regulations. The purpose of this RFI is to gather information regarding current capabilities and capacities in the marketplace to provide turnkey congregate sheltering services in the event of a major disaster. � Background � Mass Care Services The Federal Emergency Management Agency (FEMA)�s mission is to support our citizens and first responders to ensure that, as a nation, we work together to build, sustain, and improve our capability to prepare for, protect against, respond to, recover from, and mitigate all hazards. FEMA receives its authority from the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act), P.L. 93-288, as amended at 42 USC 5121-5207. After a presidential emergency or major disaster declaration has been approved for an impacted community, FEMA Emergency Support Function (ESF) #6 services and programs are implemented to assist disaster survivors. ESF #6, Mass Care/Emergency Assistance, Temporary and Permanent Housing and Human Services, coordinates and provides life-sustaining resources, essential services, and statutory programs to the affected population with a focus on sheltering, feeding, hydration, , and temporary and permanent housing. These services and support, authorized under the Stafford Act as amended, Post-Katrina Emergency Reform Act (PKEMRA), the Rehabilitation Act, and other civil rights legislation. must include equal access to the whole community, inclusive of people with disabilities and others functional needs. In most cases, this support is provided upon request of the state when the needs of disaster survivors exceed state, local, tribal, territorial, (SLTT) and/or insular area government capabilities. SLTT governments have primary responsibility for the delivery of mass care support to disaster survivors in their jurisdictions. This is primarily accomplished and staffed by state-designated government or voluntary agencies/organizations. FEMA previously maintained a multi-year, multi-award Indefinite-Quantity Indefinite-Delivery (IDIQ) contract to address potential catastrophic mass care needs, such as sheltering. Neither the Individual Assistance (IA) Technical Assistance Contract (IA-TAC III) nor the subsequent IA Support Contracts (IASC) were utilized for large-scale mass care requirements during their lifecycles. FEMA has no plans to develop a new IDIQ vehicle for mass care services. However, the Agency remains prepared to support capability gaps that may lead to a request for FEMA to establish or augment congregate sheltering operations in the event of a catastrophic disaster. Operational Concept � Turnkey Mass Care Services The scope, scale and complexity of requirements that emerge during a catastrophic disaster have the potential to exceed the existing, available resources of the federal government, state governments and nongovernmental organizations (NGOs) such as the American Red Cross. FEMA may determine that long-term/ extended duration services including mass sheltering and large-scale feeding operations cannot be met through other means, such as NGOs partners, mission assignments to other federal agencies, or state contracts. By utilizing disaster authorities, FEMA may opt to issue contracts to establish turnkey mass care facilities and services, or to augment existing operations. Contracts would be considered after all other options have been exhausted, and all services must be designed, established, and operated in compliance with all applicable regulations regarding individuals with disabilities. FEMA seeks information from interested parties on specific tools, services, capabilities, and capacities that exist relevant to the following: � o Turnkey congregate shelter facilities, wraparound services, and support staff for up to 50,000 survivors and personnel required to support them for a duration of up to 90 days. � o Establishment and sustainment for soft-sided facilities, as well as sheltering operations within existing structures. � o Provide 100,000 hot meals and other meals on a per day basis, within 4 days of Notice to Proceed (NTP). � o Shelter and support for up to 4,000 household pets/service animals each day for up to 60 days. FEMA has no plans to issue a solicitation for the services described above and would only pursue contracted resources in a catastrophic scenario if all other sources were exhausted. FEMA will, however, continue to gather information related to marketplace capabilities. Joint Field Offices (JFOs) and Federal Coordinating Officers (FCO) may decide to issue disaster contracts in the event of shortfalls related to existing sources of mass care services. Request for Information (RFI) Questions Vendor Profile In response to the RFI, please provide a capability statement and answer the following questions: � 1. Identify the company and primary contact person responding to this RFI to include name, address, city, state, zip code, phone,numbers and email address. � 2. Identify the name, title, address, phone and number/s, and email address of the primary contact person responding to this RFI. � 3. Identify any parent corporation and/or subsidiaries, if appropriate. � 4. Identify company�s size and type, i.e. small business � woman owned. � 5. Provide a brief overview of your company including number of years in business, number of employees, nature of business, and description of clients. � 6. What is the capability of your company to manage multiple events in different states at the same time? � 7. Please describe how your company would be able to quickly organize the people and equipment needed to support FEMA�s mission. � 8. How do you manage customer satisfaction? How do you figure out service level agreements? � 9. Do you maintain an on-hand inventory of supplies? If so, please provide a description of what relevant assets that are organically available. � 10. Do you have partners or sub-contractors that would constitute a portion of your capabilities? If so, please list them and the benefits those partnerships provide your customers. � 11. Please describe your ability to partner or subcontract for services and supplies that are currently outside of the scope of what your company can currently provide. � 12. With regards to establishing individual accountability, what policies do you have in place avoid delays, blurred communications and to ensure consistency in supporting FEMA�s mission? Technical Approach � 1. What are your complete product and service offerings? � 2. What is your company�s anticipated technical approach for accomplishing each task described in this RFI? Relevant Corporate Experience: Please describe any relevant experience does your company have performing the individual tasks described earlier in this document? RFI Response Format: In order to better assist in the review of submittals to this RFI, respondents are encouraged to prepare a capabilities statement that closely adheres to the following format: The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Responses shall be prepared using 12 pt. font, 1 inch margins, and 8.5� by 11� paper and shall not exceed (5 ) pages in length, including images, data displays, charts, graphs, and tables. Respondents are encouraged to ensure that their submittals are complete and address all items outlined within this RFI. Respondents may provide additional promotional literature in addition to their response as long as the literature conforms to the response format. Submissions in response to this RFI shall not exceed 5 pages. FEMA will only consider submissions in response to this notice received NO LATER THAN�February 9, 2024� by 2:00 PM,�Eastern Standard Time.� No phone calls will be taken regarding this RFI.� All correspondence must be submitted via email in writing.� Responses shall be sent to�both: Isaac Chapple at�Isaac.Chapple@fema.dhs.gov and Edward Ruud at edward.ruud@fema.dhs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c0ceffa3dd7473fa14cb57038f7ef79/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06931302-F 20240111/240109230045 (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.