Search Contract Opportunities

FEMA Region Electrical Services at NWS Earle

ID: 70FBR233Q00000060 • Type: Synopsis Solicitation

Description

Posted: Aug. 16, 2023, 1:42 p.m. EDT

Amendment 0004 to extend the quote due date and answer vendor's questions. See Sol_70FBR223Q00000060_Amd_0004.

As a result of this combined synopsis/solicitation, the Government intends on awarding multiple Blanket Purchase Agreement(s) (BPAs) in accordance with the Federal Acquisition Regulation (FAR) 13.303 and referenced Statement of Objectives (SOO). The North American Industrial Classification System (NAICS) code is 238210, entitled Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $19.0 million. The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) Region 2 has a requirement for a vendor who will be assigned work orders or tasks to perform electrical work. Work orders or tasks will fluctuate depending on the work and equipment necessary to achieve the objective.

Instructions to Offerors
1. To ensure timely evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, independent, and respond directly to the requirements of this synopsis/solicitation, and statement of work.
2. The Contracting Officer has determined there is a good probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if the Contracting Officer determines adequate price competition exists no additional cost information will be requested.
3. The Government intends on awarding multiple Blanket Purchase Agreements (BPAs) as a result of this combined synopsis/solicitation. Calls/Orders under each BPA will be issued on a firm-fixed-price basis. The Government is obligated only to the extent of authorized purchases made under the BPA. Funding shall be provided at the call order level. The Government cannot at this time determine a dollar limitation for each individual purchase under the BPA.
4. Set-Aside Requirement: This solicitation is a Small Business Set-Aside and only qualified Sellers will be considered.
5. Reference Solicitation Number: 70FBR223Q00000060. The contractor will complete and submit the following in order to be considered for award:
a. Offeror must have an active System for Award Management (SAM) registration by closing date of the synopsis/solicitation (August 11, 2023). Contractors that submit a quote but are not registered in SAM will not be considered for award.
b. Offeror must submit an attached Technical Proposal.
c. Offeror must complete and submit the following: Business Name; Address; Phone Number; Point of Contact: Email Address; UEI Number and Cage Code Provisions at 52.212-2 Evaluation-Commercial Items

As a result of this combined synopsis/solicitation the Government intends to award a BPA to the responsible offeror(s) whose offer conforms to the synopsis/solicitation and have been considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
a. Offers are to be evaluated via Technical Evaluation. Please see attached Technical Evaluation document.
b. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. To account for the option periods possible under 52.217-8 (maximum of 1 year), Options to Extend Services, the Government will evaluate the option to extend services by adding one year of the offeror's final option period price to the offeror's total price. This amount will be the total evaluated price. The Government may choose to exercise the Option to Extend
Services at the end of any performance period (base or option periods). Prices for the base and option periods, including the 1 year option available under FAR 52.217-8, will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the solicitation and as proposed in the technical submission. The price for the effort associated with FAR 52.217-8 will not be included in the total awarded value at contract award. If, at the end of the contract's/order's period of
performance (the end of the base period or any option period) and within the time period established in the clause, the Government chooses to exercise this option, the pricing will be pursuant to the rates specified in the contract for the preceding performance period.
c. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
d. Verification of SAM registration to include UEI and Reps and Certs (www.sam.gov);
e. The Government will utilize Contractor submitted information as well as information obtained
from any other sources to include FAPIIS and personal knowledge to review an offeror's past performance. If the Government finds adverse past performance, the offeror will not be considered for award.

Evaluation Criteria and Basis for Award
The Government intends on awarding multiple Blanket Purchase Agreements as a result of this solicitation.
1. The Government intends to evaluate offers and award multiple Blanket Purchase Agreements without discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint meeting the requirements outlined in the Statement of Work. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest priced offer; and waive informalities and minor irregularities in offers received.
2. Proposals will be evaluated based on the following:
i. Technical approach/methodology
ii. Work Plan
iii. Past Performance
iv. Price Analysis
Description of Agreement: This agreement is offered for the purchase of contract services as identified in the Statement of Objectives located in NWS Earle in Colts Neck, NJ. Government is obligated only to the extent of authorized calls actually placed against resulting BPAs and shall not be liable in any manner in the event no calls are made. The period of performance shall be twelve (12) months from date of award with four (4) one (1) year option periods.
Questions: Offerors must submit questions not later than 02:00 p.m. (EST) on Thursday, August 2023.
Please email your questions to Kendall.feaster@fema.dhs.gov and Bernadette.barriosrosario@fema.dhs.gov
Quotes Due: Offerors must submit their required information not later than 12:00 p.m. (EST) on
Friday, 11 August 2023. Please email quotes to Kendall.feaster@fema.dhs.gov and Bernadette.barriosrosario@fema.dhs.gov
Attachments:
1. Statement of Objectives
2. Technical Evaluation
3. Solicitation 70FBR223Q00000060
4. Wage Determination 2015-4195

Posted: Aug. 10, 2023, 11:26 a.m. EDT
Posted: Aug. 9, 2023, 2:40 p.m. EDT
Posted: Aug. 8, 2023, 12:18 p.m. EDT
Posted: Aug. 4, 2023, 1:55 p.m. EDT

Overview

Response Deadline
Aug. 21, 2023, 5:00 p.m. EDT (original: Aug. 11, 2023, 12:00 p.m. EDT) Past Due
Posted
Aug. 4, 2023, 1:55 p.m. EDT (updated: Aug. 16, 2023, 1:42 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Colts Neck, NJ 07722 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Vehicle Type
Blanket Purchase Agreement
On 8/4/23 Federal Emergency Management Agency issued Synopsis Solicitation 70FBR233Q00000060 for FEMA Region Electrical Services at NWS Earle due 8/21/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238210 (SBA Size Standard $19 Million) and PSC N059.
Primary Contact
Name
Kendall Feaster   Profile
Phone
None

Secondary Contact

Name
Bernadette barriosrosario   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 70FBR233Q00000060

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 70FBR233Q00000060

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70FBR233Q00000060

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70FBR233Q00000060

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > REGION 2
FPDS Organization Code
7022-70FPR2
Source Organization Code
500179287
Last Updated
Sept. 5, 2023
Last Updated By
carolyn.knight@fema.dhs.gov
Archive Date
Sept. 5, 2023