SPECIAL NOTICE
R -- Advanced Public Information Officer Multimedia Revision (APIO)
- Notice Date
- 8/16/2024 2:42:20 PM
- Notice Type
- Special Notice
- NAICS
- 541820
— Public Relations Agencies
- Contracting Office
- PREPAREDNESS SECTION(PRE20) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Response Due
- 8/26/2024 1:00:00 PM
- Archive Date
- 09/10/2024
- Point of Contact
- Donald Hoover, James D. Suerdieck
- E-Mail Address
-
donald.hoover@fema.dhs.gov, james.suerdieck@fema.dhs.gov
(donald.hoover@fema.dhs.gov, james.suerdieck@fema.dhs.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Description
- The Federal Emergency Management Agency intends to negotiate on a sole source basis (IAW FAR 13 and 19.14) with Foresight Dynamics, LLC., 9609 W. 92nd St. Overland Park, KS. 66212-4810, as the only responsible Service Disabled Veteran Owned Small Business (SDVOSB) source that is capable of providing the ""Advanced Public Information Officer (APIO) Multimedia Course Revision� for the Emergency Management Institute (EMI), Emmittsburg MD. Foresight Dynamics possesses an in-depth understanding of the APIO functional exercise and its unique requirements, significantly reducing the time and resources needed to bring another company up to speed. Training a new contractor to understand the specific needs and intricacies of the APIO functional exercise would be time-consuming and may incur additional costs. Foresight Dynamics' prior experience eliminates the need for this extensive training, increasing the efficiency to execute tasks and reducing the likelihood of costly errors and the risk of delays. Additionally, selecting Foresight Dynamics ensures consistency in the quality of deliverables. Their track record with the APIO functional exercise guarantees that the high standards expected by EMI are maintained, avoiding the potential risks and costs associated with subpar performance from an unfamiliar company. This acquisition is being conducted under simplified acquisition procedures (IAW FAR 13) and the Service-Disabled Veteran-Owned Small Business (SDVOSB) Procurement Program (IAW FAR 19.14). This requirement is 100% set-aside SDVOSB concerns. The intended procurement will be classified under North American Industry Classification System (NAICS) 541820 with a Small Business Size Standard of $19M. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, SDVOSB parties interested in responding to this notice will need to submit technical data, sufficient to determine capability in providing the same product. All capability statements received within 10 days after publication of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Donald Hoover at donald.hoover@fema.dhs.gov. Statements are due by 4:00 PM Eastern, 26 August. No phone calls accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f35c9e3423f544409296b05323d4c416/view)
- Place of Performance
- Address: Emmitsburg, MD, USA
- Country: USA
- Country: USA
- Record
- SN07173513-F 20240818/240816230109 (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 |