Agency: | HOMELAND SECURITY, DEPARTMENT OF |
---|---|
State: | District of Columbia |
Type of Government: | Federal |
Category: |
|
Posted: | Mar 26, 2024 |
Due: | Apr 15, 2024 |
Solicitation No: | FEMA_BPA_MAY2025 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
REQUEST FOR INFORMATION (RFI) SUMMARY: The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Continuous Improvement Division (CID), has a requirement for: 1) program management support; 2) data collection and analysis; 3) product development; 4) training and technical assistance 5) systems support; 6) disaster readiness and operations; 7) disaster after-action reviews; and 8) program consulting and support.
GENERAL INFORMATION: This RFI is issued solely for information gathering purposes to identify capable sources that can provide support for the FEMA, CID. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research.
PROPRIETARY INFORMATION AND DISCLAIMERS: Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in a possible future performance work statement (PWS) or solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the FAR, Part 9.5.
North American Industry Classification System (NAICS) CODE: The principal nature of the requirements is consistent with services performed by industries in the 541611 Administrative Management and General Management Consulting Services NAICS with a small business size standard of $24.5M.
PRODUCT SERVICE CODE (PSC): R408 – Support Professional Program, Management Support Services.
ANTICIPATED PERIOD OF PERFORMANCE START DATE: MAY 2025.
ANTICIPATED ACQUISITION STRATEGY: Competitive action using pre-positioned vehicle or open on SAM.gov. Exact strategy is TBD.
ATTACHMENT: Draft PWS.
RFI RESPONSE SUBMITTAL INSTRUCTIONS:
Interested contractors shall submit their RFI responses electronically to Deana Baddick, Contracting Officer, at deana.baddick@fema.dhs.gov and Greg Crouse Contract Specialist, at Gregory.crouse@fema.dhs.gov no later than 3:00PM Eastern Daylight Time (EDT) (Washington, D.C.) on TBD, 2024.
“RFI Response for CID BPA Recompete” shall be in the subject line of your e-mail. All responses shall be unclassified, with proprietary information clearly marked. The single file document format shall be in Adobe Acrobat (.pdf) format. Pages shall be 8.5 inches by 11 inches and shall use Times New Roman that is no smaller than a standard 12-point font type in Times New Roman, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed eleven (11) pages in length including images, data displays, charts, graphs, and tables. This limit does not include the cover page, which is limited to not more than one page. Do not include promotional materials.
RFI Responses shall include the following information in the order below:
A. Cover Page with the following information (no more than one page in length):
Such as:
B. Contractor Capability Statement (no more than two pages in length):
a. Please include a response to whether your organization held a BPA award before that did 4-6 projects each year, worth a total average of $5M per year?
2. Summarization of past performance in PWS subject areas of 1) program management support; 2) data collection and analysis; 3) product development; 4) training and technical assistance 5) systems support; 6) disaster readiness and operations; 7) disaster after-action reviews; and 8) program consulting and support.
C. Contractor RFI Responses to questions (no more than nine pages in length):
The responses received will assist FEMA with identifying the number and nature of the entities which consider themselves potential technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred in response to this RFI, or in support of activities associated with this RFI, shall be the sole responsibility of the respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI.
RFI QUESTIONS:
With GovernmentContracts, you can:
Follow Employee Assistance Program Life Specialty Care Resources Active Contract Opportunity Notice ID
Federal Agency
Bid Due: 11/27/2024
Follow USPSC Senior Internal Control & Risk Management Advisor Active Contract Opportunity Notice
Federal Agency
Bid Due: 8/22/2024
Follow FY24 Administration for Children & Families (ACF) Government Contracting Services Acquistion Forecast
Federal Agency
Bid Due: 9/30/2024
Follow FY24 Administration for Children & Families (ACF) Government Contracting Services Acquistion Forecast
Federal Agency
Bid Due: 9/30/2024