SOLICITATION NOTICE
R -- HMA Training Support Services
- Notice Date
- 4/7/2025 10:00:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- MITIGATION SECTION(MIT60) WASHINGTON DC 20472 USA
- ZIP Code
- 20472
- Solicitation Number
- 70FA6025Q00000001
- Response Due
- 5/7/2025 10:00:00 AM
- Archive Date
- 05/22/2025
- Point of Contact
- Amanda Lynn Long, Phone: 2022852962, Glen Seipp
- E-Mail Address
-
amanda.long@fema.dhs.gov, glen.seipp@fema.dhs.gov
(amanda.long@fema.dhs.gov, glen.seipp@fema.dhs.gov)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This solicitation is only available on GSA e-Buy. This solicitation is for training support services for the Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA)/Resilience - Hazard Mitigation Assistance (HMA) located in the Washington, DC area. The FEMA/Acquisition Operations Division/Preparedness Section intends to award a hybrid firm-fixed-price/ travel cost Basic Purchase Agreement (BPA) contract under the authority of FAR Part 8. The objective of this procurement is to obtain reliable, efficient, and effective training support services for DHS/FEMA/HMA. The contractor shall provide all support services as identified in the performance work statement. The Contractor shall provide training development and delivery services to support the mitigation programs � including Hazard Mitigation Assistance (HMA), Floodplain Management Program (FPM), Office of the Flood Insurance Advocate (OFIA), Insurance and Mitigation Directorate (IMRD), and Environmental and Historic Preservation (EHP). In this capacity, the Contractor shall: -Develop, update, and maintain mitigation programs classroom and online independent study training courses and materials; -Deliver mitigation programs classroom and online independent study training courses and materials to various audiences nationwide; -Provide analytical, technical assistance, and strategic guidance in support of the mitigation grant programs� training solutions; -Provide training course planning and logistical support and; -Provide project management and quality control support for mitigation grant programs, training course development, delivery, and technical assistance efforts. The offeror shall demonstrate experience with and providing support in the following key areas: Hazard Mitigation Assistance (HMA), Floodplain Management (FMA), The Office of Environmental Historic and Preservation (OEHP), and the Insurance and Mitigation Readiness Division (IMRD). There is a solicitation and attachments, as outlined in Section J of the solicitation. This is an 8(a) competitive acquisition using FAR Part 8 procedures. No paper copies of the solicitation will be available. No phone calls or facsimile transmissions will be accepted. The Period of Performance is estimated as follows: 12 months of services for the base period and four (4) 12-month periods. The anticipated contract start date is September 29, 2025. The NAICS code is 611430�Professional and Management Development Training. The Small Business Size Standard for this NAICS is $15 million. The Government will consider a proposal submitted by any responsible 8(a) concern. All offerors must be certified by the Small Business Administration as small businesses. The incumbent contractor for this requirement is Bloomsburie LLC, 3542 N Utah Street, Arlington, VA 22207, under contract number 70FA2020D00000002, with a total ceiling of $14,107,588 for a base year and four (4) one-year options (total of 5 years) A Request for Information (RFI) was previously posted on FBO on June 3, 2024 (70FA6024I00000004) for this requirement. The Acquisition Planning Forecast System (APFS) number is F2024066801, which was posted to the Acquisition Planning Forecast System (http://apfs.dhs.gov/). Offerors shall submit all technical questions concerning this solicitation in writing to the contracting officer. All questions shall be submitted no later than the close of business on April 21. 2025 by 1:00 pm EST (Washington, DC time). Answers to all relevant and appropriate questions will be posted as an amendment to the solicitation. In the event multiple questions address the same issue, the Government reserves the right to answer a representative question that best exemplifies the issue. It is encouraged to submit questions as soon as possible and questions will be answered as soon as possible after submittal. No phone calls are accepted. Proposals are due no later than 1:00 p.m. (Eastern Standard Time � Washington DC time) on May 7, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51516cd60ff94e9eb9008f7186cd61f4/view)
- Place of Performance
- Address: DC, USA
- Country: USA
- Country: USA
- Record
- SN07399454-F 20250409/250407230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |