Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

A -- IPAWS Alerts for People with Disabilities or Language Differences - Statement of Work

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, National Continuity Branch, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135, United States
 
ZIP Code
20135
 
Solicitation Number
HSFE50-13-R-0025
 
Archive Date
7/30/2013
 
Point of Contact
Deborah Foster, Phone: 5405422687
 
E-Mail Address
deborah.foster@fema.dhs.gov
(deborah.foster@fema.dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work: IPAWS Alerts for People with Disabilities or Language Differences This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Request for Proposal (RFP) #HSFE50-13-R-0025, is for professional services (to include: consultation, professional advisory support, independent analysis, deliberation, and other analysis support) for the Federal Emergency Management Agency (FEMA), Washington, DC 20472, as defined in the attached Statement of Work. It is anticipated that a firm-fixed-price purchase order will be awarded. The period of performance will be one year from date of award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-66, dated 04/01/2013. This procurement is set aside for small business. The applicable North American Industrial Classification System (NAICS) code is 541712; the applicable size standard is 500 employees. It is anticipated that only one award will result from this solicitation via the issuance of a purchase order for commercial services. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. BASIS OF AWARD: Selection for this RFP will be made on a Best Value basis. For this requirement, technical submissions are more important than price. However, FEMA will not make award at a price which is significantly higher than the other quotes; and if technical submissions are deemed comparable in quality, price may become more important in the selection process. Technical submissions should address the following Technical Evaluation Criterion: Technical Approach; Technical Experience; Key Personnel; and Past Performance. Technical Approach: Submissions will be evaluated on the offerors' understanding of the SOW; and the offeror's technical approach and capability to perform all aspects of the SOW. Technical Experience: Offerors should provide information on relevant technical experience, similar to the tasks outlined in the SOW. Key Personnel: Proposed Key Personnel should be identified by the offerors, and at a minimum, include the proposed Program Manager. Key Personnel will be evaluated for their relevant experience and qualifications. Resumes and letters of commitment should be submitted for Key Personnel. LABOR CATEGORY QUALIFICATIONS The following labor classifications identify typical tasks that may be conducted by each Labor Category Level. These classifications also describe the required education and experience requirements for each Labor Category Level. Level 1 Typical Tasks: Entry level position. Works under close supervision of a project leader. Gathers and coordinates basic data performs routine analyses. Works on less complicated assignments where little evaluation is required. Qualifications: One to three years' experience or any combination of a year or more experience in the proposed field of expertise and at least one full year of full time college level study in the particular field, or two or more years of full time college level study in the particular field. Experience: Entry-level to three (0-3) years or more of experience in appropriate relate field. Additional year of graduate level study in an appropriate related field will be considered equal to years of experience on a one-for-one basis. Level 2 Typical Tasks: Under the supervision of a project leader, carries out assignments associated with specific projects; translates technical guidance received from supervisor into useable data applicable to the particular assignment; coordinates the activities of junior personnel. Checks data for accuracy. Functions and assignments are varied and require some independent thought and judgment. Qualifications: Bachelor's Degree or equivalent. An acceptable substitute for a Bachelor's Degree would be any combination of additional years of experience in the proposed field of expertise and/or full time college level study in the particular field totaling four (4) years. Experience: Three to eight (3-8) years or more in an appropriate related field. Additional year of graduate level study in an appropriate related field will be considered equal to years of experience on a one-for-one basis. Level 3 Typical Tasks: Under the general supervision of the Project Manager, plans, conducts, and supervises assignments typically involving smaller projects. Estimates and schedules work to meet completion dates, directs, provides assistance, reviews progress and evaluates results, and makes changes in methods, design, or equipment where necessary. Operates with some latitude for unreviewed actions. Qualifications: Master's Degree in related field or equivalent. An acceptable substitute for a Master's Degree would be a Bachelor's Degree plus any combination of additional years of experience and/or graduate level study in the proposed field of expertise totaling two (2) years. Experience: Six to Twelve (6-12) years or more in an appropriate related field. Additional year of graduate level study in an appropriate related field will be considered equal to years of experience on a one-for-one basis. Level 4 Typical Tasks: Plans, conducts, and supervises projects of major significance, necessitating broad knowledge in their field of expertise and the ability to originate and apply new and unique methods and procedures to accomplish requirements. Provides technical advice and counsel to other professionals and generally operates with wide latitude for unreviewed actions. Qualifications: Ph.D. Degree in related field or equivalent. An acceptable substitute for a Ph.D. would be a Bachelor's degree plus any combination of additional years of experience and/or graduate level study in the proposed field of expertise totaling four (4) years or a Master's Degree plus two (2) years of either additional experience or graduate level study in the proposed field of expertise. Experience: Ten (10) years or more in an appropriate related field. Additional year of graduate level study in an appropriate related field will be considered equal to years of experience on a one-for-one basis. Past Performance: Offerors shall provide relevant past performance information for up to five projects/contracts performed in the past three years that are relevant in scope, size, and dollar value to this SOW. (This information will likely be for the same projects identified for the Technical Experience criterion identified above.) For each project/contract, the following information should be provided: A: Project/Contract Name B. Government Agency or Client C. Description of Work Performed D. Location of Work E. Contract Type (FFP, T&M, etc.) F. Period of Performance G. Total Dollar Value H. Reference Contact Information (Name, Title, Phone, E-Mail) Evaluation will be based on the quality of the Offeror's relevant past performance. The assessment will be used to evaluate the relative capability of the Offeror to successfully meet the requirements of the RFP. Relevant past performance of significant and/or critical subcontractors will be considered to the extent warranted by the subcontractor's involvement in the proposed effort. Price Proposal: Offeror shall propose firm-fixed pricing to provide services as outlined in this solicitation (pricing should assume twelve months to complete the tasks). Offerors shall provide the following price information as a part of their response: proposed labor categories, hourly rates, and the number of labor hours anticipated. Price proposals will be evaluated for price realism and reasonableness. Principle Place of Performance will be at the contractor's facility. Travel is anticipated and will be reimbursed in accordance with Federal Travel Regulations. Travel may include approximately four trips to FEMA Headquarters, 500 C Street, SW, Washington, DC. Travel will be reimbursed based on actual costs incurred. However, if the travel is within the local commuting area (i.e., a driving distance of less than 50 miles from the primary place of performance to FEMA Headquarters), travel costs will not be reimbursed. Parking at FEMA Headquarters will not be reimbursed. The Contractor shall provide documentation for travel expenses, including receipts, to support travel reimbursement. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response [paragraph (1) if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov/; if the offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of this provision]. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.204-10, 52.217-5, 52.217-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.225-13, and 52.232-33. Written responses to this RFP must be received no later than 11:00 AM/EDST, 07/15/2013 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Debi Foster/Bldg. 772 or sent electronically to deborah.foster@fema.dhs.gov (electronic is preferred). Technical questions must be received no later than five business days following publication of this notice and emailed to Ms. Foster at deborah.foster@fema.dhs.gov or faxed to 540/542-2632. Amendments to this RFP will be published in the same manner as the initial synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFE50-13-R-0025/listing.html)
 
Place of Performance
Address: Contractor location, United States
 
Record
SN03100122-W 20130628/130626234951-2ecb03185de71dc19004791376716db1 (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.