SOURCES SOUGHT
V -- FEMA Chartered Aircraft Cancellation Standards
- Notice Date
- 2/21/2024 8:58:51 AM
- Notice Type
- Sources Sought
- NAICS
- 481212
— Nonscheduled Chartered Freight Air Transportation
- Contracting Office
- INCIDENT SUPPORT SECTION(ISS70) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FB7024I00000003
- Response Due
- 3/21/2024 9:00:00 AM
- Archive Date
- 04/05/2024
- Point of Contact
- Miranda Mowrey, Isaac Chapple
- E-Mail Address
-
Miranda.Mowrey@fema.dhs.gov, Isaac.Chapple@fema.dhs.gov
(Miranda.Mowrey@fema.dhs.gov, Isaac.Chapple@fema.dhs.gov)
- Description
- The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Transportation Management Division (TMD), requires information regarding the industry standard concerning the timelines and costs incurred re: the cancellation of chartered aircraft for disaster response purposes. Interested contractors shall submit their RFI responses electronically to Isaac Chapple, Isaac.Chapple@fema.dhs.gov, and Miranda Mowrey, Miranda.Mowrey@fema.dhs.gov, no later than 12:00 PM Eastern Standard Time (EST) on March 21, 2024. �RFI Response for FEMA TMD Cancellation Policy� shall be in the subject line of your e-mail.� All responses shall be unclassified, with proprietary information clearly marked. The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Pages shall be 8.5 by 11 inch and shall use a type of pitch that is no smaller than a standard 11-point font type, except for charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed (page limit) 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.��� Statement of current business size status (i.e., HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business concern). Also, business size in relation to the NAICS code size standards assigned to this acquisition. 6.�� 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 5 pages in length) Summarization of relevant projects showing capabilities Include at the top whether the contractor is a 3PL, airframe owner, or some other service provider. Past performance in applicable areas 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b4c68a0830274d24a46b3d842c374ef1/view)
- Place of Performance
- Address: Washington, MS, USA
- Country: USA
- Country: USA
- Record
- SN06972983-F 20240223/240221230053 (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 |