Search Contract Opportunities

Commercial Logistics Augmentation Support Services (CLASS)

ID: 70FB7023R00000001 • Type: Solicitation • Match:  90%
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: Jan. 19, 2023, 8:32 p.m. EST

JANUARY 19, 2023

POTENTIAL VENDORS

PHASE I OF THE RFP HAS BEEN COMPLETED. PHASE II SUBMISSIONS ARE DUE FEBRUARY 2, 2033.

IF YOU DID NOT PROVIDE A SUBMISSION IN RESPONSE TO PHASE I YOU ARE NOT ALLOWED TO SUBMIT FOR PHASE II. ANY SUBMISSIONS RECEIVED FROM VENDORS THAT WERE NOT INCLUDED IN PHASE I WILL BE AUTOMATICALLY REJECTED AND NO FURTHER ACTION WILL BE TAKEN.

AMENDMENT NO. 00002 - 12/21/2022

Amendment No. 00002 incorporates REVISED RFP No. 70FB7023R00000001 12/21/22.

NO OTHER CHANGES HAVE BEEN MADE TO THIS REQUEST FOR PROPOSAL

AMENDMENT NO. 00001

Amendment No. 00001 incorporates the following documents into the Solicitation: Questions and Responses document dated 12/16/22; REVISED RFP No. 70FB7023R00000001 12/13/22; REVISED SOW dated 12/10/22; and REVISED Attachment #2 Pricing Schedule.

*NOTE* REVISED SUBMISSION DUE DATES:

Phase I Submissions: January 6, 2023, 3:00 PM, EST

Phase II Submissions: February 2, 2023, 3:00 PM, EST

END OF AMENDMENT No. 1

FEMA requires logistics management service experts who possess the ability to develop and provide a network of logistics personnel to assist with ensuring resources are moved and delivered to the point of need in a timely manner. The services may be required throughout the continental United States (CONUS) and outside of continental U.S. (OCONUS) such as Alaska & Hawaii, and all the US Territories of Puerto Rico, US Virgin Islands, Guam, Commonwealth of The Mariana Islands, and American Samoa. As national emergency situations occur, the need for transportation and providing logistics services to the impacted areas are most critical. An efficient, reliable and highly flexible operation is needed to provide State, Local, Tribal and Territory (SLTT) governments the life sustaining supplies needed to deliver relief to survivors in the affected areas.

The contractor shall provide all personnel, training, and supervision to manage and perform key logistical aspects as set forth in requirements. The contractor shall be able to provide support services on a supplemental basis at Joint Federal Operation (JFO), Incident Staging Base (ISB), Federal Staging Area (FSA), Air Point of Debarkation (APOD) and Sea Point of Debarkation (SPOD) at any phase of the disaster response.

The acquisition of Commercial Logistics Augmentation Support Services (CLASS) requirement will be a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract vehicle with Firm Fixed Priced CLIN (FFP) task orders awarded to contractors who can provide best value to the Government

Posted: Dec. 21, 2022, 6:25 p.m. EST
Posted: Dec. 16, 2022, 7:36 p.m. EST
Posted: Nov. 21, 2022, 1:20 p.m. EST
Background
The Federal Emergency Management Agency (FEMA) requires logistics management service experts who possess the ability to develop and provide a network of logistics personnel to assist with ensuring resources are moved and delivered to the point of need in a timely manner. The services may be required throughout the continental United States (CONUS) and outside of continental U.S. (OCONUS) such as Alaska & Hawaii, and all the US Territories of Puerto Rico, US Virgin Islands, Guam, Commonwealth of The Mariana Islands, and American Samoa.
As national emergency situations occur, the need for transportation and providing logistics services to the impacted areas are most critical. An efficient, reliable and highly flexible operation is needed to provide State, Local, Tribal and Territory (SLTT) governments the life sustaining supplies needed to deliver relief to survivors in the affected areas.

Work Details
The contractor shall provide all personnel, training, equipment, tools, materials, supervision and all other items to provide commercial logistics augmentation and support services (CLASS) to support movement control requirements for the management and tracking of resources from end-to-end during high disaster years.
The acquisition of Commercial Logistics Augmentation Support Services (CLASS) requirement will be a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract vehicle with Firm Fixed Priced CLIN (FFP) task orders awarded to contractors who can provide best value to the Government.

Period of Performance
The Period of Performance shall be from January 30, 2023, through January 29, 2024. If Option 1 is exercised, the Period of Performance shall be from January 30, 2024, through January 29, 2025. If Option 2 is exercised, the Period of Performance shall be from January 30, 2025, through January 29, 2026. If Option 3 is exercised, the Period of Performance shall be from January 30, 2026, through January 29, 2027. If Option 4 is exercised, the Period of Performance shall be from January 30, 2027, through January 29, 2028.

Place of Performance
The place of performance will vary for each task order. The contractor MCU shall be located in the region designated as the lead for providing support to the disaster.

Overview

Response Deadline
Feb. 2, 2023, 3:00 p.m. EST (original: Dec. 19, 2022, 3:00 p.m. EST) Past Due
Posted
Nov. 21, 2022, 1:20 p.m. EST (updated: Jan. 19, 2023, 8:32 p.m. EST)
Set Aside
None
Place of Performance
Washington, DC 20472 United States
Source

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 11/21/22 Federal Emergency Management Agency issued Solicitation 70FB7023R00000001 for Commercial Logistics Augmentation Support Services (CLASS) due 2/2/23. The opportunity was issued full & open with NAICS 488999 and PSC R706.
Primary Contact
Name
Ebenezer Wilson, Contract Specialist   Profile
Phone
(202) 705-6879

Secondary Contact

Name
Rashurn Harrison, Contracting Officer   Profile
Phone
(202) 704-7819

Documents

Posted documents for Solicitation 70FB7023R00000001

Question & Answer

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

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 70FB7023R00000001

Incumbent or Similar Awards

Contracts Similar to Solicitation 70FB7023R00000001

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 70FB7023R00000001

Similar Active Opportunities

Open contract opportunities similar to Solicitation 70FB7023R00000001

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
Jan. 19, 2023
Last Updated By
rashurn.harrison@fema.dhs.gov
Archive Date
June 30, 2023