Sunday, January 15, 2006

 

Partners Needed

We are looking for Partners for a DHS Contract
Emergency Preparedness and Response

a multi million dollar business opportunity

Office : Federal Emergency Management Agency

Location : Flood, Fire and Mitigation Branch (Formerly in FEMA : OFM)

Solicitation number : HSFEHQ-06-R-SB

Title : Z -- Maintenance and Deactivation of Manufactured Homes and Travel Trailers [7,000]

Synopsis - Posted on Nov 03, 2005

Solicitation 01 - Posted on Nov 03, 2005

Solicitation 02 - Posted on Nov 29, 2005

Modification 01 - Posted on Dec 01, 2005

Amendment 01 - Posted on Dec 01, 2005

Amendment 02 - Posted on Dec 12, 2005

Modification 02 - Posted on Dec 12, 2005

Amendment 03 - Posted on Dec 21, 2005

Modification 03 - Posted on Dec 21, 2005

Modification 04 - Posted on Jan 06, 2006

Amendment 04 - Posted on Jan 06, 2006

This procurement is a 100% set-aside for small businesses pursuant to Federal Acquisition Regulation (FAR) ?19.502-2(b).

The NAICS code for this procurement is 561210, Facilities Support Services.

The small business size standard is $30 million.

In accordance with FAR 19.102(7)(i)(B) regarding joint ventures and the application of revenue-based size standards, offerors may assume that the estimated contract value exceeds one-half the applicable size standard. Therefore, the size standard for the requirement (NAICS code 561210 - $30 million) applies to individual persons or concerns, not to the combined assets, of the joint venture. The Federal Emergency Management Agency (FEMA) is authorized pursuant to the Robert T. Stafford Disaster Relief and Emergency Assistance Act , as amended (42 U.S.C. ?5121 et seq.) to provide assistance to applicants of Presidentially- declared disasters and emergencies.

The Individual Assistance (IA) Program provides for temporary housing assistance to disaster applicants in accordance with the Act. In order to accomplish its mission, FEMA requires maintenance and deactivation of manufactured housing and travel trailers.

The period of performance will be five years from date of contract award. Work will be performed only in the states of Texas, Louisiana, Alabama, and Mississippi.

Pursuant to section 307 of the Stafford Act (42 U.S.C. ?5150), preference will be given to the maximum extent practicable to local firms based within the disaster area, Port Arthur, Texas.

FEMA intends to issue Performance Based, Fixed Unit Price, Indefinite Delivery/Indefinite Quantity (IDIQ), multiple award contracts, by state, based on preferences given to local, small businesses.

It is anticipated that approximately seven (7 )contracts will be awarded in the Gulf Region. Each multiple award contract will provide for maintenance and deactivation of approximately 6,700 temporary housing units. The maximum value of each contract will not exceed $100 million, we will bid approx. $90M.

Contract award will be based on technically acceptable, lowest price.

The estimated contract award date is February 1, 2006.

Prospective offerors are responsible for downloading the RFP and attachments, if applicable. It is the responsibility of the individual offeror to monitor the Fedbizopps (FBO) web page for the release of the solicitation and any amendments. The RFP should be available for downloading within fifteen (15) days following publication of this announcement.

Potential offerors that do not have the capability to download from FBO, may request, in writing, a copy of the solicitation, including any attachments, and amendments. Potential offerors making this request must include in their written request an adequate justification for not obtaining the solicitation via the Internet.

Requests should be made via e-mail addressed to nancy.costello@dhs.gov or faxed to Nancy Costello at 202-646-3846.

Offerors are cautioned to include Solicitation number HSFEHQ-06-R-SBLA (for Louisiana), HSFEHQ-06-R-SBMS (for Mississippi), HSFEHQ-06-R-SBAL (for Alabama), and/or HSFEHQ-06-R-SBTX (for Texas) on all documentation submitted in response to this requirement. We attended the pre-proposal conference will held as specified in the solicitation.

Call us at 513.257.2552 or email us at h.daniels@cincinnatichange.com our project manager is Fred Hargrove PE, MBA.

Comments: Post a Comment

<< Home

This page is powered by Blogger. Isn't yours?