Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
MODIFICATION

R -- Individual Assistance-Technical Assistance Contract (IA-TAC)

Notice Date
3/3/2006
 
Notice Type
Modification
 
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-0025
 
Response Due
4/14/2006
 
Archive Date
4/29/2006
 
Small Business Set-Aside
8a Competitive
 
Description
This modification provides for a change from the original synopsis to decrease the number of services required for this project and decrease the estimated maximum dollar value accordingly. The small business size standard has also been corrected. This modification provides additional clarifying language concerning the Mentor-Prot?g? Program and the Stafford Act. The original synopsis is replaced with the following: This procurement is set-aside for eligible Section 8(a) firms pursuant to Federal Acquisition Regulation (FAR) ?19.805, Competitive 8(a). Potential offerors are encouraged to consider the Mentor/Prot?g? Program for this procurement and should contact their Business Development Specialist for assistance. SBA?s mentor-prot?g? program allows an 8(a) firm to serve as the prot?g? and an experienced firm to serve as the mentor. Candidate mentor firms may include large business prime contractors. Under SBA?s mentor-prot?g? program, a mentor and prot?g? may joint venture (not merely team or have a prime contractor/subcontractor relationship) and be considered small for any federal procurement if the 8(a) firm meets the definition of small for the NAICS code assigned to the project. Under the Mentor/Prot?g? Program, a Mentor/Prot?g? Agreement must be approved by the Small Business Administration (SBA) prior to the proposal due date. Joint ventures must meet the requirements of 13 CFR ?124.513 to compete for these 8(a) competitive procurements, and the Joint Venture Agreement must be approved by SBA prior to award of any resulting contract. FAR clause 52.219-14 ?Limitations on Subcontracting? applies to all 8(a) contracts and specifies that the 8(a) firm must perform a certain percentage of the work with its own resources. The joint venture must perform the applicable percentage of work required and the 8(a) partner to the joint venture must perform a significant portion of the contract. In joint ventures under the SBA?s mentor-prot?g? program, the contents of the joint venture are specified by SBA and the agreement must be fair and equitable. The NAICS code for this procurement is 561210, Facilities Support Services. The small business size standard is $32.5 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 nationwide Individual Assistance-Technical Assistance Contract (IA-TAC) services, to include but not limited to, the following tasks: (1) Site Assessment for potential group sites related to placement of temporary housing; (2) Site Inspections for potential placement of temporary housing on applicants property; (3) Staging area support for temporary housing units; (4) Installation of temporary housing units; (5) Group site design for building and placement of temporary housing units; and (6) General construction services (e.g. temporary housing of disaster workers or applicants, refurbishment of existing housing units to make habitable). The period of performance will be five years from date of award. FEMA intends to award resulting Section 8(a) competitive, Performance Based, Fixed Unit Price, Indefinite Delivery/Indefinite Quantity (IDIQ), multiple award contracts. FEMA anticipates that approximately four (4) contracts will be awarded. The maximum value of each contract will not exceed $500,000,000 ($100 million per year). Task orders issued (in response to a disaster) under any resulting contracts will be subject to Section 307 of the Stafford Act; this means that the successful contractors will utilize local firms to the maximum extent practical for subcontracting opportunities. Contract awards will be based on best value where technical factors are considered significantly more important than cost or price. 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 on or about 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 may be made via e-mail addressed to nancy.costello@dhs.gov or faxed to Nancy Costello at 202-646-3239. Offerors are cautioned to include Solicitation number HSFEHQ-06-R-0025 on all documentation submitted in response to this requirement. A pre-proposal conference will held and due diligence sessions will be conducted 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: Nationwide
Country: USA
 
Record
SN00999350-W 20060305/060303213308 (fbodaily.com)
 
Source
FedBizOpps 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.