Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
DOCUMENT

99 -- Industry Day Meeting, IA-TAC III Requirements - PWS

Notice Date
9/12/2008
 
Notice Type
PWS
 
NAICS
561210 — Facilities Support 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-0026
 
Response Due
9/17/2008 3:00:00 PM
 
Archive Date
10/2/2008
 
Point of Contact
Zahra D. Hashmi,, Phone: 202-646-7072, Michelle Calhoun,, Phone: (202) 646-2999
 
E-Mail Address
zahra.hashmi@dhs.gov, michelle.calhoun@dhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a SPECIAL NOTICE to announce an INDUSTRY DAY to be held on Friday, September 19, 2008 beginning at 8:00 am. The purpose of this event is to allow the Government an opportunity to provide a brief overview of an upcoming contract requirement, address specific questions relating to the attached Draft SOW and QASP, and to seek information that can be beneficial in planning the strategy for the recompete of the Individual Assistance/Technical Assistance Contracts IA-TAC. This requirement is scheduled to be awarded in February 2009. OVERVIEW For this requirement, the IA-TAC Management Branch requires each Individual Assistance/Technical Assistance contractors to be capable of delivering a comprehensive set of construction, architectural, engineering, project management and program management services, in support of multiple disaster missions of any size relative to the awarded regional sector and to support if necessary their backup regional sector during a catastrophic event. The Individual Assistance Technical Assistance Contracts (IA-TACs) support FEMA's implementation of the agency's Emergency Support Function 6, Human Services (ESF-6) programs as authorized by the Robert T. Stafford Disaster Relief and Emergency Assistance Act. Our anticipate strategy, although not yet approved for this requirement, is to divide the scope of this requirement into four regional sectors. This strategy, if pursued will allow for the initial competition and subsequent award of four (4) separate contracts, not multiple award, to four different contractors to provide services in their awarded regional sector. This strategy prevents the needs for fair opportunity consideration among the awardees when task orders are issued. Such a strategy will facilitate a more streamlined approach to our acquisition process, thereby enhancing our ability to provide rapid responses to disasters and other emergencies. The anticipated contracts will be Performance Based with a Quality Assurance Surveillance Plan and Performance Requirements Summaries. GENERAL SCOPE By using such an approach for this requirement, FEMA personnel and contractor personnel will know at the time of a disaster; who and what company will be responsible for a specific regional sector. The concept further provides contractors a smaller zone of responsibility than was expected in previous contracts. The regional sector approach affords each responsible contractor to be more knowledgeable and therefore better equipped, to handle potential hazards that are unique to specific regional areas. The size and scope of the contractor's task or mission may vary based on the regional sector, the, type of incident, its scale and magnitude of damage, and its potential or real impact on national security. The mission also will be measured by the projected number of displaced individuals and households, as well as the availability of resources (housing, personnel, supplies, and materials). The contractors shall provide support for all types of hazards (man-made or natural), to include (but is not limited to) floods, tornadoes, hurricanes, typhoons, earthquakes, tsunamis, and Incidents of National Significance as defined or indicated by FEMA. This support shall include, but will not be limited to, performing or supporting the following functions or tasks: (A) Direct Housing Missions; (B) Mass Care and Sheltering; (C) Establishing and running Disaster Recovery Centers; (D) Call Centers (E) General Construction; (F) Conducting pre and post-event Assessments; (G) Program Management, Planning and Analysis. The purpose of the Industry Day is to provide the strategy and concepts / ideas that may appear in the upcoming solicitation. Through this forum, we are partnering with industry to seek feedback on how to become better prepared to meet our mission through more streamlined acquisition solutions. THIS IS AN INDUSTRY DAY ANNOUNCEMENT for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and there may be No contract awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. FEMA is restricting attendance to the first fifty (50) companies to contact the POC below. Each company that is notified that its attendance request has been accepted can only send two representatives each. If space permits, this limitation scenario may change and will be posted on FEDBIZOPPS. Specific questions regarding the attached draft SOW and QASP shall be submitted in writing to Ms. Zahra Hashmi at Zahra.hashmi@dhs.gov. Responses to these questions will be posted on FEDBIZOPPS and addressed during the industry day meeting. Additionally, during the meeting, each company will be allowed to ask up to three (3) questions per company. POC & Contact information for attending the FEMA IA-TAC Industry Day: Ms. Donna Banks of IA-TAC will be the principal POC. All interested parties wishing to attend the Industry Day must submit their intent to attend via e-mail to Donna.Banks@dhs.gov no later than 4:00 PM Eastern Daylight Time on September 17th, 2008 with the names, affiliations, phone and facsimile numbers, return e-mail address, and physical address contact information for those who plan on attending. Also, request that Ms. Donna Banks Acknowledge receipt and return a notification of acceptance. The industry day meeting will be held at: Holiday Inn -Discovery II Room 550 C. Street, SW Washington, DC 20024 Contracting Office Address: xxxxxxxx xxxxxxx Primary Point of Contact.: Zahra Hashmi (202) 646-7072
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=43ea47671d7c1bb0328b3af649e1133a&tab=core&_cview=1)
 
Document(s)
PWS
 
File Name: Part one of two PWS (PWS III Part One of Two real PWS.doc)
Link: https://www.fbo.gov//utils/view?id=6c63486fbddb97aabb1e4d1176e62e9e
Bytes: 183.50 Kb
 
File Name: Part two PWS (PWS IAnew part two.doc)
Link: https://www.fbo.gov//utils/view?id=a5ebd8849cf3b6a81a26da3b305891c6
Bytes: 149.50 Kb
 
File Name: Draft QASP (IA-TAC III_QASP Draft.doc)
Link: https://www.fbo.gov//utils/view?id=70ee22921faa0c6279b8175ce33ac17f
Bytes: 287.50 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: Various States, Various Locations, Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN01668513-W 20080914/080912221125-3890c5f7107959a339a2b2e0db1e88ac (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.