Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2024 SAM #8330
SOLICITATION NOTICE

Z -- ATTHU & Grounds Maintenance, Removal, Replacement, & Storage

Notice Date
9/15/2024 8:20:12 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
REGION 9 Oakland CA 94607 USA
 
ZIP Code
94607
 
Solicitation Number
70FBR924R00000009
 
Response Due
9/20/2024 7:00:00 PM
 
Archive Date
10/05/2024
 
Point of Contact
Contracting Officer
 
E-Mail Address
fema-dr-4724-hi-maint-deactivation@fema.dhs.gov
(fema-dr-4724-hi-maint-deactivation@fema.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Request for Proposal is a 100% Set-Aside for Small Business under NAICS Code (561210) for the award of a single or multiple-award, Indefinite�Delivery, Indefinite Quantity (IDIQ) type�contract. As a result of the solicitation, FEMA�anticipates issuing a contract in accordance with�procedures outlined in the Federal Acquisition�Regulation (FAR) Part 12, Acquisition of�Commercial Items; Part 15, Contracting by�Negotiation, and Part 16.5, Indefinite Delivery�Contracts, for the Maintenance of Alternative Transportable Temporary Housing Units (ATTHUs),�Maintenance of Group and Alternative Sites,�Removal, and Removal/Deactivation of the ATTHUs�as required. FEMA anticipates issuing a one-year�base period of performance to begin a day after�contract award and two (2), one (1) year options.��Exercising of the option years is dependent upon�satisfactory performance, continuing need, and�the availability of funding. The Government will be using a Two-Phase Solicitation Approach. Phase I will be submitted as written proposal and will consist of Factor Four (4), Demonstrated Prior Experience.��Phase II will be a combination of Oral Presentation and Written proposal requirements and will include Factors One (1), Management Approach, Factor (2), Technical Approach, Factor Three (3), Past Performance and Factor Five (5), Price. Advisory Notification: After the Government completes reviews Phase I submissions, Offerors will�receive an advisory notification via email from the Contracting Officer. The Government does not intend to�conduct discussions under Phase I. Offerors whom the Government has confidence can meet the�requirements, based on the reviews of Demonstrated Prior Experience questionnaires will be advised to�proceed to Phase II. Offerors that are most highly considered will receive the Phase II Oral Presentation�proposed date, and the proposal due date for Factors 1, (Project Management Approach) Factor 2,�(Technical Approach), Factor 3 (Past Performance) , and Factor 5, (Price).� Phase II submissions�will be due prior to oral presentations. Offerors whom the Government does not consider most qualified to meet the requirements, based on the�reviews of offerors Demonstrated Prior Experience will be advised not to proceed to Phase II. Offerors�who were not considered most qualified will be advised that they are unlikely to be viable�competitors, along with the general basis for that opinion. The intent of this advice is to minimize proposal�development costs for those Offerors who are unlikely to be viable competitors. This will be a�recommendation only and discontinuing the pursuit of the requirement following the notification is�voluntary. The Government does not intend to provide debriefings after the completion of the advisory�down select notifications. Failure to participate in Phase II precludes further consideration of an Offeror.�Offerors that are not considered most highly and advised that they are unlikely to be viable competitors and�still choose to proceed to Phase II, shall send an email within 2 business days after the receipt of the�advisory notification indicating intent to participate in Phase II. Offeror submissions for Phase II will not be accepted from Offerors who have not submitted Phase I requirements by the due date and time provided�for in this solicitation. ALL OFFERORS MUST HAVE AN ACTIVE SAM�S REGISTRATION AT THE TIME OF THE FIRST (PHASE I) PROSAL SUBMISSION AND MAINTAIN AN ACTVE STATUS DURING PROPOSAL EVALUATIONS TIME FOR FURTHER CONSIDERATION.��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 @�SAM.gov | Home All questions pertaining to PHASE I requirements shall be submitted electronically using Attachment 2 (RFP Questions Template) via email to Wendell Crittenden at�fema-dr-4724-hi-maint-deactivation@fema.dhs.gov�no later than�Wednesday 18 Sept 2024/4 PM Hawaii Time (HT). ?Phase I proposal requirements shall be�submitted�electronically�via�email�to Wendell Crittenden @�fema-dr-4724-hi-maint-deactivation@fema.dhs.gov�no later than�Friday, 20 Sept 2024/4 PM Hawaii Time (HT). See Solicitation Section L (Instructions to Offerors) (Pages 69 - 72) and applicable attachments for response information for Phase I. NO ADDITIONAL SUBMISSIONS ARE REQUIRED AT THIS TIME AND IF SUBMITTED, WILL NOT BE REVIEWED.� INFORMATION FOR SUBMISSION OF PHASE II REQUIRMENTS (TO INCLUDE ORAL PRESENTATIONS & SITE VISIT DATE/TIMES) WILL BE IDENTIFIED DURING THE ADVISORY NOTIFICATION PROCESS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4178a0a8c79b4f64bc2369f1882aea81/view)
 
Place of Performance
Address: Lahaina, HI, USA
Country: USA
 
Record
SN07211440-F 20240917/240915230100 (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.