SOURCES SOUGHT
D -- Disaster Assistance Information Services (DAIS) Program Support
- Notice Date
- 3/5/2024 11:26:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- INFORMATION TECHNOLOGY DEVELOPMENT AND SUSTAINMENT Washington DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FA3124I00000012
- Response Due
- 3/19/2024 2:00:00 PM
- Archive Date
- 04/03/2024
- Point of Contact
- Marianne McCallum, Phone: 2024311071, Judith Hicklin, Phone: 2027145281
- E-Mail Address
-
marianne.mccallum@fema.dhs.gov, judith.hicklin@fema.dhs.gov
(marianne.mccallum@fema.dhs.gov, judith.hicklin@fema.dhs.gov)
- Description
- The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Disaster Assistance Information Services (DAIS) Program seeks to identify potential offerors that possess the capability and experience to provide FEMA�s DisasterAssistance.gov website with content management and content filtering functionality to prescreen applicants for disaster-related assistance suitability and also deliver current disaster related forms of assistance content. This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation for bids, proposals, or quotes and is not to be construed as a commitment by the government to issue a request for proposal/quote or award of a contract as a result of this request. This announcement is not a Request for Proposal (RFP) nor a Request for Quote (RFQ). The government will not reimburse respondents for any cost associated with information submitted in response to this request. Interested parties must submit sufficient documentation in accordance with the instructions in this RFI and current industry best practices and standards, demonstrating their ability/experience to meet or exceed the Government�s requirements listed in this notice. GENERAL INFORMATION:� This RFI is issued solely for information gathering purposes to identify offerors that possess the capability and experience to provide FEMA�s DisasterAssistance.gov website with content management and content filtering functionality to prescreen applicants for disaster-related assistance suitability and also deliver current disaster related forms of assistance content.� 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 the anticipated SOW 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. The following tentative NAICS and PSC codes are being considered for this scope: NAICS Code: 541511 Applications software programming services, custom computer; PSC Code: DA01 IT and Telecom � Business Application/Application Development Support Services (Labor). ANTICIPATED PERIOD OF PERFORMANCE START DATE: July 1, 2024. ANTICIPATED CONTRACT VALUE: $55M ANTICIPATED PERIOD OF PERFORMANCE:�The Government plans for a base period of five (5) months, to allow for a transition-in period, and four (one year) option periods for a total duration of 4.5 years. ATTACHMENTS:� 1. Statement of Work (SOW) 2. RFI/SSN Details and Response Instructions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5cd2e73a1db8405c93f7daaf5da75166/view)
- Place of Performance
- Address: Washington, DC 20472, USA
- Zip Code: 20472
- Country: USA
- Zip Code: 20472
- Record
- SN06986716-F 20240307/240305230056 (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 |