Search Contract Opportunities

70FB7021R00000005 Resource and Capability Transportation Support during Disasters (RCTSD) for American Samoa, Guam, and CMNI   3

ID: 70FB7021R00000005 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a synopsis for commercial services prepared in accordance with FAR Subpart 5.207. 70FB7021R00000005 will be a request for proposal (RFP) to provide transportation services. This requirement will be Full and Open. The NAICS code for this requirement is NACIS: 483111 Deep Sea Freight Transportation.

It is anticipated that multiple award Indefinite Delivery Indefinite Quantity (IDIQ) awards will result from this solicitation. FEMA intends to award a Firm Fixed Price Service Contract with a base period of performance of one year with four (4) twelve (12) Month option periods.

The scope of this PWS encompasses contractor support to provide all personnel, containers, equipment, facilities, and transportation to perform Port Operations and Transportation Services from CONUS/OCONUS ports to the Guam, AS, and CNMI, as well as retrograde support. Transportation needs shall be prescribed by task order award. Coordination, accountability, and supervision of these services by the contractor are essential to ensure success of the operation.

1.3.2 Place of Performance and Historical Location Information: FEMA loading/ discharging (receiving) locations are provided as historical information. The list below is not all-inclusive. The following list does not represent all loading/ discharging points and may change contingent on disaster location and FEMA needs. Based on knowledge of the requirement and timeline, the Contractor is encouraged to recommend alternate locations to better support the mission. Specific CONUS/OCONUS port locations will be specified in task orders when applicable. All points will remain within American Samoa, CNMI, and Guam.

FEMA Distribution Center (DC), Bldg. 100, Barrigada, Guam 96913 (Primary Receiving Location)

Saipan

Port of Saipan

Port of Tinian

Port of Rotan

Port of Pago Pago

1.3.3 Hours of Operation. All contractor personnel are expected to be available and engaged in the response operations on a 24hr/7 day per week basis as set forth in the task order during operations or as the situation dictates. Transportation operations must be continuous (without disruption) and shall operate on a continuous basis unless they are prohibited by laws of the United States Coast Guard (USCG), Department of Transportation (DOT), and Federal Aviation Administration (FAA), due to severe hazardous conditions or other safety considerations. There cannot be any breaks in service due to lack of contractor personnel or contractor furnished equipment, resources and supplies.

1.3.4 Cargo Preference Laws Compliance. In performing the work under this contract and task orders, the Contractor shall comply with the Section 901(b) of the Merchant Marine Act of 1936, as amended and codified in various subsequent documents (46 USC 55305, Title 46 CFR Part 381, P.L. 83-664). The Prime Offeror or the Prime Offeror's major subcontractors shall be the owner(s) of US Flag vessels. A major subcontractor is defined as a subcontractor that is expected to provide services that equals or exceeds 5% of the total in performance of this requirement.

1.3.5 Travel. Contractor travel may be required to complete task required under the task order. All travel required by the Government outside the local commuting area(s) will be reimbursed to the Contractor in accordance with the GSA Federal Travel Regulations and/or Joint Travel Regulations. The Contractor shall be responsible for obtaining Contracting Officer (CO)/ Contracting Officer Representative (COR) pre-approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event.

1.3.6 Contingency Support. In the event of the Department of Defense (DOD) contingency operations or other Homeland Security actions coinciding with FEMA's disaster support, the Contractor shall fulfill the requirement under the task order without disruption to services.

Inquiries can be e-mailed to the Contract Specialist Linda Ossei-Boateng at linda.osseiboateng@fema.dhs.gov and the Contracting Officer Isaac L. Chapple at Isaac.Chapple@fema.dhs.gov. The solicitation and any amendments to the solicitation will be posted on the beta.sam.gov web-page. The internet address for downloading the solicitation is https://beta.sam.gov. Offerors are reminded that award can only be made to a Contractor who is registered in System for Award Management (SAM). Interested parties are responsible for monitoring the site to assure that they have the most up to date information regarding this requirement.

Overview

Response Deadline
Jan. 15, 2021, 10:00 a.m. EST (original: Dec. 31, 2021, 10:00 a.m. EST) Past Due
Posted
Jan. 6, 2021, 11:02 a.m. EST (updated: March 1, 2021, 11:18 a.m. EST)
Set Aside
None
Place of Performance
GU United States
Source
SAM

Current SBA Size Standard
1050 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
57%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
The solicitation is open for 8 days, below average for the Federal Emergency Management Agency.
On 1/6/21 Federal Emergency Management Agency issued Presolicitation 70FB7021R00000005 for 70FB7021R00000005 Resource and Capability Transportation Support during Disasters (RCTSD) for American Samoa, Guam, and CMNI due 1/15/21. The opportunity was issued full & open with NAICS 483111 and PSC V115.
Primary Contact
Name
Linda Ossei-Boateng   Profile
Phone
None

Secondary Contact

Name
Isaac Chapple   Profile
Phone
None

Documents

Posted documents for Presolicitation 70FB7021R00000005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation 70FB7021R00000005

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 70FB7021R00000005

Contract Awards

Prime contracts awarded through Presolicitation 70FB7021R00000005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 70FB7021R00000005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 70FB7021R00000005

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > INCIDENT SUPPORT SECTION(ISS70)
FPDS Organization Code
7022-AMISS
Source Organization Code
100170408
Last Updated
March 1, 2021
Last Updated By
linda.osseiboateng@fema.dhs.gov
Archive Date
Jan. 30, 2021