SOURCES SOUGHT
D -- Federal Emergency Management Agency (FEMA) United States Fire Administration (USFA) FY25-Computerized Maintenance Management System (CMMS) Solution
- Notice Date
- 10/8/2024 9:28:57 AM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- INFORMATION TECHNOLOGY DEVELOPMENT AND SUSTAINMENT Washington DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FA3125I00000002
- Response Due
- 10/22/2024 9:00:00 AM
- Archive Date
- 11/06/2024
- Point of Contact
- Judith Hicklin, Phone: 2027145281, Leonyce Moses
- E-Mail Address
-
judith.hicklin@fema.dhs.gov, leonyce.moses@associates.fema.dhs.gov
(judith.hicklin@fema.dhs.gov, leonyce.moses@associates.fema.dhs.gov)
- Description
- REQUEST FOR INFORMATION (RFI) SUMMARY:� The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), United States Fire Administration (USFA), is conducting market research to gather information on the availability and capabilities of a FedRAMP-Authorized Computerized Maintenance Management System (CMMS) offered as a Software as a Service (SaaS) solution. The CMMS will support the Facility Management Branch within USFA in efficiently managing facility operations and maintenance at the National Emergency Training Center (NETC) Campus. The desired solution must offer core functionalities such as asset tracking, preventive maintenance, work order management, and inventory control. The purpose of this RFI is to identify industry capabilities in providing a CMMS solution that meets these requirements, ensuring that the Facility Management Branch can continue to operate efficiently and maintain the infrastructure at the NETC Campus. USFA seeks innovative technologies and services that align with the evolving needs of facility management while adhering to strict security and compliance standards, such as FedRAMP authorization. This RFI is intended to gauge the market for available CMMS solutions and explore options for improving the overall efficiency and effectiveness of the Facility Management Branch�s operations. FEMA/USFA seeks input from industry stakeholders that can offer insights, innovations, and technological expertise in delivering a reliable, secure, and scalable solution. �GENERAL INFORMATION:� This RFI is issued solely for information gathering purposes to identify sources that can provide support for the United States Fire Administration (USFA). In accordance with FAR 15.201(e), RFI�s may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to this RFI 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 Statement of Work (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. RFI RESPONSE SUBMITTAL INSTRUCTIONS:��Interested contractors shall submit their RFI responses electronically to Judith Hicklin, Contracting Officer, at Judith.Hicklin@fema.dhs.gov �and Contract Specialist, Leonyce Moses, at leonyce.moses@associates.fema.dhs.gov �no later than Noon Eastern Standard Time (EST), October 22, 2024.� �RFI Response for the USFA-CMMS Requirement� 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 pitch that is no smaller than a standard 11-point font type, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed twenty (20) pages in length including images, data displays, charts, graphs, and tables. Page limitation does not include: 1 cover page. Do not include promotional materials.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0d3603c3e8fb4dadb65571ed63c146fa/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07236390-F 20241010/241008230113 (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 |