Search Contract Opportunities

ATTHU & Grounds Maintenance, Removal, Replacement, & Storage   2

ID: 70FBR924R00000009 • Type: Presolicitation • Match:  100%
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

Posted: Nov. 14, 2024, 8:02 p.m. EST

The purpose of this amendment is to:

1. Update language in Section "M" (Evaluation Factors for Award) of Solicitation. See Solicitation Amendment

70FBR924R00000009_0001 for changes.

2. Add (Attachment) questions/answers from Phase I.

As a result of this amendment no other changes will occur.

Posted: Sept. 23, 2024, 12:07 a.m. EDT
Posted: Sept. 15, 2024, 11:20 p.m. EDT
Posted: Aug. 25, 2024, 2:31 a.m. EDT

FEMA intends to issue a solicitation in order to award a single or multiple IDIQ contract for Maintenance of Grounds and Alternative Temporary Transportabe Housing Units on the Island of Maui. The contractor shall be responsible for the comprehensive maintenance of a base of 169 ATTHUs but up to 400 units located on group sites and/or alternative sites. The contractor shall also be responsible for maintenance of all elements of the group sites and/or alternative sites. Additionally, the contractor could be directed by the Government to perform supporting tasks including removal, transportation, storage, disposal, and removal and/or replacement of the ATTHUs.

The contractor shall ensure that all ATTHU maintenance, group site maintenance, and supporting tasks are conducted in compliance with the PWS requirements and applicable Federal, state, and local laws and regulations. Applicable codes are provided in Appendix B, Building Codes Applicable to Maui , however, FEMA does not represent that this is all inclusive. The contractor will be responsible for ensuring all pplicable laws and regulations are followed. The contractor shall provide all personnel, facilities, tools, equipment, material, supplies necessary for the comprehensive maintenance of the ATTHUs, the group sites, and the alternative sites where the ATTHUs are installed, including removal and storage if deemed necessary, to perform and provide the items as required in the PWS.

Performance Requirements:

After award of the IDIQ contract, FEMA will issue task orders to fullfil the requirements identified in the PWS to support the ATTHU units and Grounds as needed.

This is an advanced notice (synopsis) of FEMA's anticipation of releasing the solicitation on or about Sept 6, 2024.

Proposals are not requested at this time. Proposals shall be submitted in response to actual solicitation Request for Proposal (RFP) in strict compliance with the instructions to be provided in the solicitation.

Advisory Down Select solicitation approach:

FEMA intends to conduct this acquisition using an Advisory Down Select approach. Phase I will require the submission of written responses and documentation, IAW the instructions of the solicitation. Upon evaluation of the Phase I submission, the Contracting Officer will forward an Advisory Notification, advising offerors of the likelihood of being a viable competitor for this acquisition. Only those offerors who are deemed to be among the most highly rated will be advised to proceed to Phase II. Phase II will consist of an oral presentation, along with evaluation of the offeror's past performance and price proposals.

Site Visit:

A site visit is expected to be offered prior to submission of proposals. Specific date/time for the visit will be announced at the time of solicitation or prior to reciept of proposals.

Background
This Request for Proposal is a 100% Set-Aside for Small Business for the award of a single or multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract. The Federal Emergency Management Agency (FEMA) anticipates issuing a contract for the Maintenance of Alternative Transportable Temporary Housing Units (ATTHUs), Maintenance of Group and Alternative Sites, Removal, and Removal/Deactivation of the ATTHUs as required.

The goal of this contract is to ensure the proper maintenance and management of temporary housing units in response to emergencies.

Work Details
The contractor will be responsible for:
1. Maintenance of Alternative Transportable Temporary Housing Units (ATTHUs) including routine maintenance and repairs.
2. Maintenance of Group and Alternative Sites which involves systematic inspections and upkeep of the grounds.
3. Removal and deactivation of ATTHUs as required, which includes disconnecting utilities, cleaning units, securing property within units, and transporting units to designated sites.
4. Providing minor repairs (<$1,000) without requiring separate work orders and major repairs (>$1,000) with detailed proposals prior to commencement.
5. Establishing a comprehensive maintenance virtual call center for occupants to report issues.
6. Performing occupant substitute relocation when necessary due to emergency repairs.

Period of Performance
The period of performance is anticipated to be one year from 11/01/2024 to 10/31/2025 with two additional one-year options contingent upon satisfactory performance.

Place of Performance
The geographic location for performance will primarily be in Maui, Hawaii.

Overview

Response Deadline
Sept. 20, 2024, 10:00 p.m. EDT (original: Aug. 31, 2024, 11:00 p.m. EDT) Past Due
Posted
Aug. 25, 2024, 2:31 a.m. EDT (updated: Nov. 14, 2024, 8:02 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Lahaina, HI United States
Source

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
57%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
85% of obligations for similar contracts within the Federal Emergency Management Agency were awarded full & open.
On 8/25/24 Federal Emergency Management Agency issued Presolicitation 70FBR924R00000009 for ATTHU & Grounds Maintenance, Removal, Replacement, & Storage due 9/20/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC Z1FA.
Primary Contact
Name
Contracting Officer   Profile
Phone
None

Documents

Posted documents for Presolicitation 70FBR924R00000009

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation 70FBR924R00000009

Award Notifications

Agency published notification of awards for Presolicitation 70FBR924R00000009

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation 70FBR924R00000009

Contract Awards

Prime contracts awarded through Presolicitation 70FBR924R00000009

Incumbent or Similar Awards

Contracts Similar to Presolicitation 70FBR924R00000009

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 70FBR924R00000009

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 70FBR924R00000009

Experts for ATTHU & Grounds Maintenance, Removal, Replacement, & Storage

Recommended experts avaliable for hire

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > REGION 9
FPDS Organization Code
7022-70FPR9
Source Organization Code
500179294
Last Updated
Nov. 14, 2024
Last Updated By
wendell.crittenden@fema.dhs.gov
Archive Date
Nov. 14, 2024