Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
MODIFICATION

U -- Training Support Services Solicitation - Amendment 1

Notice Date
12/3/2013
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support 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
HSFE20-14-R-0005
 
Archive Date
1/23/2014
 
Point of Contact
Laura B. Harshbarger, Phone: 3014477611, Gary Patrick Topper, Phone: 301-447-7280
 
E-Mail Address
laura.harshbarger@fema.dhs.gov, gary.topper@fema.dhs.gov
(laura.harshbarger@fema.dhs.gov, gary.topper@fema.dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Amendment A00001 Amendment A00001 updates the fax number for the CDP security office to fax #: 256-847-2121 and updates one section of the PWS. Please see attached RFP amendment A00001. ---------------------------------------------------------------------------------------- The pre-solicitation notice associated with this solicitation was posted on November 7, 2013. The Request for Proposal (RFP) number is HSFE20-14-R-0005. This solicitation is only available on the FedBizOpps.gov web page at http://www.fedbizopps.gov. This solicitation is for training support services for the Department of Homeland Security (DHS) / Federal Emergency Management Agency (FEMA) / Center for Domestic Preparedness (CDP) and its facilities located in Anniston, AL. The Acquisition Operations Division/Preparedness Branch located in Emmitsburg, MD, intends to award a firm fixed price contract award under the authority of FAR Part 15. The Center for Domestic Preparedness is a national training facility located in Anniston, Alabama, that prepares state and local emergency response personnel to respond to all hazards, including terrorist attacks using weapons of mass destruction by providing advanced, hands on training. This national training program was developed for state, local, tribal, Federal, private sector and international responders from Fire Service, Law Enforcement, Emergency Medical Services, Emergency Management, HazMat, Public Health, Healthcare, Public Communications, Public Works and Government Administrative and other emergency response personnel, their trainers and supervisors. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention and response to Weapons of Mass Destruction (WMD) incidents. The intention of this requirement is to obtain contracted training support services to support Department of Homeland Security/Federal Emergency Management Agency /National Preparedness Directorate/National Training and Education Directorate/Center for Domestic Preparedness. The contractor shall provide all support services as identified in the performance work statement. The objective of this procurement is to obtain reliable, efficient and effective services by applying a sound management and technical approach that will provide the best value and meet the objectives described in the performance work statement. The primary functions to be performed will be a full range of training support services, including, but not limited to administrative registration support, travel arrangements (air and ground), scheduling of transportation, classroom setup and training support materials, outreach program, archival of historical records, planning for support activities, coordination with other CDP functional areas and contractors, record maintenance, record analysis, and quality control. Admissions include registration of students and serves as the initial data collection point for all training statistics and student records generation. Admissions is logically linked to travel (air and ground) and lodging requirements. In performing these functions the contractor shall provide all labor, supervision, administration, and equipment unless specifically identified as Government furnished. There is a solicitation and 38 attachments, as outlined in Section J of the solicitation. This is an 8(a) competitive acquisition using FAR Part 15 procedures. A firm fixed price contract award is anticipated. Award shall be based on best value to the Government using trade-offs. The Period of Performance will be 1 month of transition followed by 11 months of service for the base period. The contract will include four 12-month options. The anticipated contract performance start date is March 1, 2014. Any responsible 8(a) offeror may respond to this solicitation. The NAICS code is 611710- Educational Support Services. The Small Business Size Standard for this NAICS is $14.0 million. The incumbent contractor for this requirement is Beacon Associates, Inc., 900 Main Street, Bel Air, MD 21014-3919, under contract number HSFECD-09-C-0007 with a total value of $27,603,672.24 for a base year and four (4) one year options (total of 5 years). A Request for Information (RFI) was previously issued for this requirement. All offerors must be certified by the Small Business Association as an 8(a) firm. Please ensure to review the entire solicitation and provide all appropriate responses and documentation as outlined in Section L. Please note there are two separate locations that proposals must be submitted to. All questions shall be submitted no later than 1:00 p.m. (Eastern Time), December 19, 2013, by e-mail to Laura Harshbarger, Contract Specialist, e-mail address: laura.harshbarger@fema.dhs.gov, or by fax at (301) 447-1092. No phone calls accepted. A site visit is scheduled for December 12, 2013, 9:00 a.m. (Central Time), Center for Domestic Preparedness, 61 Responder Drive, Building 61, Room 2001, Ft. McClellan, Anniston, AL 36205. No more than three (3) representatives per potential offeror will be admitted to the site visit. If you plan to attend, it is required that you email your company name and list all persons who will be attending to the laura.harshbarger@fema.dhs.gov. IN ADDITION, it is also required that you FAX your company name, the full names of all persons who will attend the site visit, their social security number, and date of birth. This information must be provided for all site visit attendees. This information is to be FAXED ONLY to the CDP security office at fax: 256-847-2121 - NO SECURITY CLEARANCE REQUESTS VIA EMAIL WILL BE PROCESSED. All site visit information must be submitted no later than December 6, 2013 at 2:00 p.m. (Central Time). There will be no exceptions to this deadline. Site visit attendees without prior security clearance will not be admitted into the CDP facility. NOTE: Only one site visit will be conducted. No questions will be entertained during the site visit. Any questions shall be emailed or faxed to the Contract Specialist shown above with the solicitation number referenced. No other site visit will be provided. Proposals are due no later than 4:00 p.m. (Eastern Time), January 8, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-14-R-0005/listing.html)
 
Place of Performance
Address: DHS/FEMA, Center for Domestic Preparedness (CDP), Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN03244262-W 20131205/131203233948-98a34bb9fc2dddf14398a98b641367e7 (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.