Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SOLICITATION NOTICE

Z -- Maintence and Deactivation of Manufactured Homes and Travel Trailers

Notice Date
11/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, Flood, Fire and Mitigation Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-06-R-8a
 
Response Due
12/19/2005
 
Archive Date
1/3/2006
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement is set-aside for eligible Section 8(a) firms pursuant to Federal Acquisition Regulation (FAR) ?19.805, Competitive 8(a). Joint ventures must meet the requirements of 13 CFR ?124.513 to compete for these 8(a) competitive procurements and must be approved by SBA prior to award of any resulting contract. The NAICS code for this procurement is 561210, Facilities Support Services. The small business size standard is $30 million. The Federal Emergency Management Agency (FEMA) is authorized by the Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended (42 U.S.C. ??5121 et seq.)(Stafford Act), to provide assistance to applicants of Presidentially-declared disasters and emergencies. FEMA?s Individual Assistance (IA) Program provides temporary housing assistance to disaster applicants in accordance with the Act. In order to accomplish its mission, FEMA requires maintenance and deactivation of manufactured housing and travel trailers used as temporary disaster victim housing. A draft statement of work is attached. The period of performance will be five years from date of award. Work will be performed in the states of Texas, Louisiana, Alabama, and Mississippi. Pursuant to section 307 of the Stafford Act (42 U.S.C. ?5150), preference will be given to the maximum extent practicable to local firms based within the declared disaster areas. FEMA intends to award resulting Section 8(a) competitive, Performance Based, Fixed Unit Price, Indefinite Delivery/Indefinite Quantity (IDIQ), multiple award contracts by state based on preference to be given to local 8(a) firms. FEMA anticipates that approximately eight (8) contracts will be awarded in the Gulf Region. Each contract will provide for provision of maintenance and deactivation of approximately 6,700 temporary housing units. The maximum value of each contract will not exceed $100 million. Contract awards will be based on technically acceptable, lowest prices. Preference will be given to local firms, by state. The estimated award date is February 1, 2006. In accordance with FAR ?52.219-14, FEMA will require each successful 8(a) firm to furnish periodic reports indicating that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Request for Proposal (RFP) will be available only on the Fedbizopps (FBO) web pages at http://www.fedbizopps.gov/. Prospective offerors are responsible for downloading the RFP and attachments, if applicable. It is the responsibility of the offeror to monitor the Fedbizopps web page for the release of the solicitation and any amendments. The RFP should be available for downloading within fifteen (15) days following publication of this announcement. Potential offerors that do not have the capability to download from FBO, may request, in writing, a copy of the solicitation, including any attachments or amendments. Potential offerors making this request must include in their written request an adequate justification for not obtaining the solicitation via the Internet. Telephone requests will not be honored. Requests should be made via e-mail addressed to nancy.costello@dhs.gov or faxed to Nancy Costello at 202-646-3846. Offerors are cautioned to include Solicitation number HSFEHQ-06-R-8aLA (for Louisiana), HSFEHQ-06-R-8aMS (for Mississippi), HSFEHQ-06-R-8aAL (for Alabama), and/or HSFEHQ-06-R-8aTX (for Texas) on all documentation submitted in response to this requirement. A pre-proposal conference will held as specified in the solicitation. Technical proposals and business proposals will be required approximately thirty (30) days following the RFP issue date. The Federal Acquisition Regulation may be accessed at www.arnet.gov.
 
Place of Performance
Address: Gulf Region (Louisiana, Mississippi, Alabama, and Texas)
 
Record
SN00925540-W 20051105/051103211541 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.