Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
MODIFICATION

R -- Logistics Management and Deployment of Communication Equipment at Mobile Emergency Response System (MERS) Detachment at Frederick, Maryland - Site Visit Attendee List and Responses to Questions during Industry Day Site Visit

Notice Date
4/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-10-R-0012
 
Archive Date
6/30/2010
 
Point of Contact
Rafael Taylor, Phone: 5405422832, Matthew A. Raible, Phone: 5405422248
 
E-Mail Address
rafael.taylor@dhs.gov, Matthew.Raible@dhs.gov
(rafael.taylor@dhs.gov, Matthew.Raible@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attendee List for Site Visit / Industry Day 11 Mar 2010 Questions and Answers for site visit The proposed procurement is Set Aside for 8(a). NAICS Code: 541513, Size Standard is $25,000,000.00. Offers from other than 8(a) small business concerns will not be considered. This procurement is being advertised as a Request for Proposal (RFP). Proposals are due 30 days after the solicitation issue date of 10 May 2010 at 2:00 PM. The Federal Emergency Management Agency, Continuity Acquisition Branch, issued a single Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantify (IDIQ) contract for the Logistics Management of communication Equipment Logistics and Maintenance for emergency communications support. This requirement will be retained in the 8(a) Small Business Development Program as a competitive requirement. The description of work consists of p rovid ing personnel to support Disaster Emergency Communications support and maintain tactical communications equipment, provide communications support for Emergency Support Functions (ESF) 1 through 15 and Disaster Operation Directorate Teams. The Contractor personnel shall fulfill the requirements for four problematic areas that require support in order to maintain effective tactical communications and FEMA readiness. The support requirements are for the following areas: Receiving Officer/Inventory Management Services, Radio System (RF) Telecommunications Services, Switch Telecommunications Services, and Operations Specialist Services. Due to the nature of the work, prospective vendors will need to have a current Top Secret Clearance as demonstrated by a DD254 and the proposed employees must have a Top Secret/SCI clearance. Issue Date: On April 9, 2010 Closing Date: On May 10, 2010 2:00 PM EST Performance Period: Base Year(1 Jul 10 - 31 May 11) with three one(1) year options An amendment will be issued at a later date to correct any discrepancy with Performance period noted in the solicitation. The Government is proposing a Best Value approach to select the Contractor. An award will be made to the offeror whose proposal is determined to be the best value to the Government considering technical factors (Demonstrated understanding of the SOW, corporate and management experience, past performance, and key personnel) are more important than cost or price. As proposals become more equal in their technical ability, the evaluated cost or price becomes more important." Site Visit: A A site visit was held at Disaster Operations Directorate, Tactical Emergency Communications Branch, MERS Frederick at 4420 Buckeystown Pike, Frederick, MD, 21704 at 0930 hours on 11 Mar 2010 for the purpose of answering questions regarding this solicitation. An attachment with names of all attendees is attached. Potential Offerrors submitted questions to the point of contact noted above by 10 Mar 2010 at 1400 hours. Copies of the questions asked and answered are attached. THESE ARE THE QUESTIONS SUBMITTED BEFORE AND DURING THE INDUSTRY DATE AND ARE NOT ANSWERS TO THE QUESTIONS THAT ARE BEING RECEIVED IN RESPONSE TO THE FINAL SOLICITATION ISSUED 4/9/10. THIS IS BEING PROVIDED FOR INFORMATION PURPOSES ONLY. THOSE ANSWERS WILL BE INCORPORATED INTO AN AMENDMENT THAT WILL BE ISSUED AT A LATER DATE. IN THE EVENT OF THE CONFLICTING RESPONSES, THE FINAL SOLICITATION AND AMENDMENT WILL SUPERSEDE THESE RESPONSES. Information provided at this conference did not qualify the terms and conditions of the solicitation which was released and posted on 9 April 2010 with statement of work. It will remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation amendments shall apply. THIS NOTICE IS A REQUEST OF COMPETITIVE PROPOSALS. Be advised that periodic access to the website is essential for obtaining updated documentation and the latest information regarding the procurement. The solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of Federal Business Opportunities (FBO) System. To familiarize vendors with the system, please download the Vendor guide by logging into https://www.FBO.gov. Please note that all FEMA Acquisitions are considered Sensitive, but Unclassified documents, and require users to have a valid MPIN entered in the FBO system to access package. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper. No phone or fax requests for copy of solicitation will be accepted. All offerors are encouraged to visit the Federal Business Opportunities web page. NOTE: All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. Registration may take up to three weeks to complete, so immediate attention to ensure eligibility is recommended. For registration, go to http://www.ccr.gov and follow the instructions. CCR information can be obtained electronically at the aforementioned website or by telephone at 1-866-606-8220. Note: This requirement was previously posted on the Federal Business Opportunities website as Sources Sought RFI No. HSFEMW-09-R-0048, which was cancelled and as a pre-solicitation notice with RFP Number HSFEMW-10-R-0012, which is the current number for this solicitation. The purpose of this notice is to publicize the acquisition as mandated. A formal RFP was released and posted this site on 9 April 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-10-R-0012/listing.html)
 
Place of Performance
Address: DHS/FEMA/MERS Frederick, 4420 Buckeystown Pike, Frederick, MD, Frederick, Maryland, 20174, United States
Zip Code: 20174
 
Record
SN02121511-W 20100416/100414234845-a1afbfa722daa5dad9ed2a0346aa5909 (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.