Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2024 SAM #8208
SOLICITATION NOTICE

23 -- Travel Trailers IDIQ

Notice Date
5/16/2024 12:50:45 PM
 
Notice Type
Solicitation
 
NAICS
336214 — Travel Trailer and Camper Manufacturing
 
Contracting Office
COMMUNITY SURVIVOR ASSISTANCE SEC WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FB8024R00000002
 
Response Due
5/30/2024 10:00:00 AM
 
Archive Date
06/30/2024
 
Point of Contact
Ejona LIKA, Keturah Stroy
 
E-Mail Address
ejona.lika@fema.dhs.gov, keturah.stroy@fema.dhs.gov
(ejona.lika@fema.dhs.gov, keturah.stroy@fema.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 2 to Solicitation #70FB8024R00000002 - The purpose of this Amendment 2 is the following:: Revise the Phase I submission date from Tuesday, May 14. 2024 to Thursday, May 30, 2024 Revise the question submission period for Phase I from Monday, May 6. 2024, to Thursday, May 23, 2024 Advise Offerors who previously submitted offers for Phase I that they are required to resubmit their Phase I submission by the revised due date of Thursday, May 30, 2024, even if there are no updates.� Remove the Phase I page count limitation from five (5) pages to an unlimited number of pages. Make additional revisions to Section L � Instructions to Offerors in accordance with the attached Amendment 2 � Section L Add�Attachment 6 - Small Business Non-Manufacturing� Individual Waiver, in accordance with�13 C.F.R. � 121.1206 There are no other changes. Amendment 1 to Solicitation #70FB8024R00000002 is being issued to incorporate Questions and Answers, and to make the following changes: -�reflect that the pricing will be submitted at time of Delivery Order for CLINs 0009 thru 0015, on pages 4-6 - reflect the page limitation for Phase I and the cover page requirement, on page 94 There are no other changes.� Solicitation #70FB8024R00000002 is hereby issued as a Request for Proposals (RFP) in accordance with FAR Parts 12, 15, and 16, utilizing procedures in subpart 15.2. The Government contemplates issuing a multiple award fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle for commercial items (Travel Trailers), as defined in Section C of the RFP, Statement of Work. The IDIQ contract vehicle resulting from the evaluation of proposals received from Solicitation #70FB8024R00000002 is anticipated to be awarded during Fiscal Year 2024, with a 12-month base and 4 12-month ordering periods. FEMA is authorized under Section 408, Federal Assistance to Individuals and Households (42 U.S.C. 5174), of The Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act), as Amended, to provide Direct Assistance to eligible Disaster Survivors. Direct Assistance can be in the form of Transportable Temporary Housing Units (TTHUs). One of the authorized forms of TTHU is Recreational Vehicles (RVs) specifically bumper pulled Travel Trailers (TTs). This solicitation incorporates all mandatory commercial item provisions and clauses that are in�effect through Federal Acquisition Circular 2024-04 dated 05/01/2024. Please see the relevant�clauses at https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/hsar. This solicitation is a Total Small Business Set-Aside, under the North American Industrial Classification System (NAICS) code 336214 �Travel Trailer and Camper Manufacturing� (Size Standard: 1,000 employees). The Product Service Code (PSC) is 2330 �Trailers�. Please refer to Section A of the RFP for a table of contract line items (CLINs), Section B Supplies an Services, and Section C, Statement of Work for more information about the description of the requirement and delivery locations. Provisions FAR 52.212-1, Instructions to Offeror-Commercial and FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition and specific instructions and evaluation criteria can be found in Section L and Section M of the RFP. Offerors are to provide a completed copy of FAR 52.212-3, Offeror Representations and Certifications � Commercial Items, with their offer. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause FAR 52.212-5, Contract Terms and Conditions Required to Implemented Statutes or Executive Orders-Commercial Items applies to this acquisition. Due to character limitations, please see the attachment for additional cited clauses applicable to this acquisition in Section C of the RFP. All interested parties must be registered and have an active profile in the System for Award�Management (SAM) at the time of responding to the RFP to be considered eligible for award. Please contact the SAM helpdesk for registration and profile activation assistance at 1-866-606-8220. Information on SAM registration may also be obtained electronically at https://www.sam.gov/portal/public/sam/. Future orders under resulting IDIQ contracts may include a priority rating under the Defense Priorities and Allocations System (DPAS) regulation (15 CFR, part 700). Anyone receiving a DPAS rated order is required to follow all provisions of the DPAS regulation. The priority rating will be provided on the SF 1449 in Box 13a and 13b when an order under the resulting IDIQ contract is issued.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c3fc59556e9442c92ad92df4ff74b21/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN07066976-F 20240518/240516230053 (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.