Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

R -- Doctrine and Guidance Support Services

Notice Date
6/13/2011
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFEEM-11-R-0061
 
Archive Date
7/12/2011
 
Point of Contact
Glen Seipp, Phone: 3014477264, James Chestnut, Phone: 301-447-1412
 
E-Mail Address
glen.seipp@fema.gov, james.chestnut@dhs.gov
(glen.seipp@fema.gov, james.chestnut@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) has a requirement for homeland security/emergency management exercise-related doctrine and guidance support located at Tech World building 800 K Street, NW Washington DC. This acquisition will support the National Exercise Division's (NED) new product/service lines business model and will replace one of the major tasks within the current HSEEP policy and guidance. The Contractor shall support the government program manager in the development of comprehensive and consistent doctrine with associated tools and templates to support the NED mission and programs. All doctrine and associate guidance must incorporate and comply with national preparedness-related guidance and polices. The Contractor shall develop a strategy and implementation plan to ensure doctrine exists and is integrated for all NED programs and requirements. The Contractor shall provide analysts and writers to implement the strategy and plan. The contractor shall ensure all objectives outlined within this SOO are coordinated with the government program manager and services are provided in a timely, organized and consistent manner in accordance with all appropriate DHS and FEMA policies and guidance. The contractor shall furnish all management, supervision, training, personnel, relief, administrative support and equipment necessary to successfully complete all requirements as defined in the Statement of Objectives (SOO). The resulting contract will have a Base Year period of five (5) months followed by three (3) one-year option periods. The anticipated date of contract award will be September 14, 2011. Award of a Cost Reimbursement (CR) contract is contemplated and it is anticipated that the Request for Proposal (RFP) will be available on or about June 27, 2011. Interested 8(a) firms are encouraged to request a copy of the solicitation as expeditiously as possible since the solicitation will be issued without further notice upon SBA acceptance of the requirement for the section 8(a) program the solicitation package will only be provided electronically through the FedBizOpps web page as discussed below. Interested parties may obtain a copy of the RFP by accessing the following web page: http://www.fbo.gov Questions regarding the RFP will not be responded to until the date(s) set forth in the RFP package or any subsequent amendments. Proposals will be due 30 days after the release date of the RFP. THIS ACQUISITION IS BEING OFFERED FOR COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS. Only those 8(a) vendors that are certified by the U.S. Small Business Administration (SBA) for participation in the SBA's 8(a) program will be allowed to participate in this announcement. Eligibility to participate may be restricted to firms in either the developmental stage or the developmental and transitional stages. All responsible sources may submit a proposal, which shall be considered. To be considered, a vendor must be classified a small business under the North American Industry Classification System (NAICS) code 541611(Administrative Management and General Management Consulting Services) with a size standard of $7 million average annual sales or receipts for the preceding three (3) years. Each firm claiming 8(a) status is required to provide a copy of its SBA 8(a) certification letter to the Contracting Officer with its response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFEEM-11-R-0061/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20472, United States
Zip Code: 20472
 
Record
SN02470940-W 20110615/110613234246-69c3cc5d5be4201e4ae473c717e65b4a (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.