Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
DOCUMENT

R -- RiskMAP Program Management Support - Statement of Objectives

Notice Date
8/18/2008
 
Notice Type
Statement of Objectives
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Mitigation Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-08-R-0131
 
Response Due
9/18/2008
 
Archive Date
10/3/2008
 
Point of Contact
Veronica E Key,, Phone: 202-646-3253, Fernando F Soto-Perez,, Phone: 202-646-3209
 
E-Mail Address
veronica.key@dhs.gov, fernando.soto-perez@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
General Description: FEMA seeks a Program Management Support contractor to assume the responsibility for performance risks and develop, implement and support an integrated program management support model. The objectives are to improve the FEMA Risk MAP programs responsiveness to its stakeholders, achieve compliance with various mandates in the current DHS environment and demonstrate measurable performance enhancements throughout the Risk MAP span of control. The successful offeror will be expected to develop a strategy to improve program performance and to implement the strategy against a prescribed timeline and performance metrics. The integrated Program Management (PM) contractor shall provide FEMA management personnel with the information required to manage all aspects of the Risk MAP program, including activities at FEMA Headquarters; the 10 FEMA Regions located in Boston, MA, New York, NY, Philadelphia, PA, Atlanta, GA, Chicago, IL, Denton, TX, Kansas City, MO, Denver, CO, Oakland, CA and Bothell, WA; and the operations of the Customer and Data Services (C&DS) and Production and Technical Services (P&TS) Contractors. Contractor travel throughout the Continental US and US Territories will be required to fulfill program objectives. The Program Management portion of the Risk MAP program will be acquired using the advisory multi-step process described in FAR 15.202. The first step of this process shall be the submission of a Capability Statement as shown below. This announcement is open to all businesses regardless of size. Small businesses are encouraged to participate as prime contractors and should consider teaming with other businesses. Large businesses are encouraged to include a high percentage of small business firms in their team composition. If a large business firm is selected for a contract it must comply with FAR Clause 52.219-9, Small Business Subcontracting Plan and HSAR 3019.705-1, Small Business Subcontracting Program prior to award. It is anticipated that the firm’s business proposal will be audited by the defense Contract Audit Agency (DCAA) prior to award. During this audit the firm’s cost accounting system will be reviewed for adequacy. Changes or adjustments to the firm’s cost accounting system may be required as a result of this review. Firms must be registered in the Central Contractor Registration (CCR) at the time of contract award. You may register via the internet at: www.ccr.gov. Firms are also required to be registered in the Online Representations and Certifications Application (ORCA) at the time of contract award. You may also register via the internet at: http://orca.bpn.gov. A copy of the Statement of Objectives has been included with this notice. The final Solicitation will be published 15 days after this Pre-Solicitation notice. Due Diligence: It is well understood that the more offerors understand FEMA’s objectives and operations, the more likely they are to submit superior solutions. The due diligence process follows the principles identified in Federal Acquisition Regulations (FAR) Part 15.201, Exchanges With Industry Before Receipt of Proposals. Interested parties and their team members will be given an opportunity to meet with FEMA Risk MAP representatives in a one-on-one session before submitting a Capability Statement to better understand FEMA’s underlying mission and technical environment. The purpose of these sessions is to allow offerors to obtain and clarify information without disclosing proprietary or business confidential information to competitors. As such, if the Interested Party notifies the Government that the questions it intends to ask during the one-on-one session are proprietary and release of the questions would identify confidential business strategies, or approaches, the questions and responses will be protected and held confidential. A.It is emphasized that questions asked at these sessions must not focus on whether a possible solution would be acceptable to FEMA. The questions must be in the context of research and fact finding to enable the development of the best possible solutions. B.Questions that identify ambiguities or other problem areas in the Solicitation will be sanitized to remove any proprietary information and used as a basis for an amendment to the Solicitation which corrects the ambiguity or other problem. C.The Due Diligence process will be conducted as follows: 1.Each interested party must request a one-on-one Due Diligence session. The request must include the following information to enable the Government to effectively coordinate due diligence events: (a)Offeror’s due diligence contact point (name, phone no. and e-mail address); (b)A roster of attendees for each due diligence event listed below; and, (c)A preliminary list of questions and topic areas for the FEMA Risk MAP personnel. 2.The point of Contact for requesting a one-on-one session is: Mr. Fernando Soto-Perez E-mail:Fernando.Soto-Perez@dhs.gov Phone:(202) 646-3209 3.The cut off date and time for requesting a one-on-one session is: 3:00 PM EDT, Friday 29 August 2008 Requests received after this time will not be honored. 4.One-on-one sessions will be scheduled beginning on 2 September 2008. The requesting firm will be informed of the exact date and time of their session as soon as it is scheduled. 5.One-on-one session may be either Face to Face or by telephone. Face to face sessions will be held at FEMA offices in the Washington DC area. Participation by interested parties is limited to 5 personnel. The government will not be responsible for any costs incurred by an interested party to attend a face to face session. 6.The one-on-one sessions shall last no longer than 90 minutes. Capability Statement: A.Interested parties shall submit a Capability Statement. No pricing information is required in the Capability Statement. B.Capability Statements shall be submitted electronically as an attachment to an e-mail message. The subject line of the e-mail containing the Capability Statement shall be clearly labeled showing the Solicitation number (HSFEHQ-08-R-0131), “Capability Statement” and Firm name. The e-mail shall be sent to the following e-mail address: kevin.kelly@or.usda.gov C.Page Limitations: 1.The Capability Statement shall be no longer than twelve (12) pages. 2.All pages following the first twelve (12) pages will not be considered. All other material such as brochures or samples of work, attachments or extra pages will not be considered. 3.Fold-out charts or diagrams may be included in Capability Statement and shall count as 2 pages. D.The Capability Statement shall use the type pitch that is no smaller than a standard eleven point font type, with the exception of charts, graphs, or tables, which shall use a pitch no smaller than 10-point. E.Electronic copy format: 1.Text documents or parts of documents should be in printable, searchable Portable Document Format (PDF). 2.Charts, graphs, spreadsheets and other numerical documents shall be submitted in printable, Microsoft Excel 2003 format. (.XLS) 3.Charts, graphs and spreadsheets shall retain all formulas and references. F.Due Date and Time: No later than 2:00 PM EDT Thursday 18, September 2008 Capability Statements received after this time will not be evaluated. G.ADVISORY down select: 1.All Capability Statements will be evaluated using the following criteria: a.The firm’s capability to develop a comprehensive program management structure for the Risk MAP Program. b.The firm’s demonstrated capacity to manage a program of similar size, scope and complexity. c.The firm’s demonstrated capability to develop and strengthen partnerships on a national basis to support the goals of the Risk MAP Program. 2.Each respondent shall be advised either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. All respondents may, notwithstanding the advice provided by the Government in response to their submissions, participate in the resultant Request for Proposals. H.Capability Statement content: 1.The capability statement should address the Offeror’s capability to successfully: •Develop and execute a comprehensive program management structure that enhances all the Risk MAP programs furthering the goals of Risk MAP and measuring the reduction of the Nation’s vulnerability to natural hazards. •Design and implement timely, innovative solutions that address, validate, and anticipate Risk MAP partner, user, and stakeholder needs. •Develop and execute a strategy to provide stakeholders with a clear understanding of risks and promote actions to reduce those risks. •Develop and strengthen beneficial partnerships in order to develop improved understanding of flood risk and other hazard information and further the goals of Risk MAP. 2.Minimum capabilities must include documented evidence of demonstrated experience in all aspects of program management including: •Demonstrated capacity to accomplish the effort in the required time and ability to direct, manage, and control projects of similar size and scope within cost and schedule; •Specialized, nationwide experience of firm and key personnel; •Demonstrated ability to deliver timely and effective guidance and technical assistance and effectively communicate complex technical information to multiple audiences; •Demonstrated ability to provide state-of-the-art technical training, guidance and advice to transform existing methodologies and processes, and to keep pace with industry best practices; Proposal Submission Requirements and Evaluation Factors are located in Sections L and M of the Solicitation. Questions and Answers: Questions concerning this Announcement should be addressed in writing to: Mr. Kevin Kelly (503) 414-3238 kevin.kelly@or.usda.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a6631b695dfc8ce5088a4a8e1a69470&tab=core&_cview=1)
 
Document(s)
Statement of Objectives
 
File Name: RiskMap Program Management Statement of Ojectives (PM SOO 06-19-08.doc)
Link: https://www.fbo.gov//utils/view?id=60bbba6512a343701e2f6ded1fec6208
Bytes: 101.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Washington DC Metro Area, United States
 
Record
SN01643043-W 20080820/080818220101-2a6631b695dfc8ce5088a4a8e1a69470 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.