Search Contract Opportunities

Public Assistance Technical Assistance Contract (PA TAC III)   10

ID: HSFEHQ-09-R-0411 • Type: Sources Sought

Description

Posted: June 3, 2010, 5:19 p.m. EDT

The purpose of this amendment is to correct Awardee No. 4 name from URS Corp. to reflect Nationwide Infrastructure Support Technical Assistance Consultants (NISTAC) An LLC of URS an Dewberry.

Below are the list of awardees under Solicitation Number HSFEHQ-09-R-0411, for the Public Assistance Technical Assistance Contract (PA TACIII).
Awardee No. 1
AECOM Design
3101 Wilson Blvd, Suite 900
Arlington VA 22201
Awardee No. 2
CH2M Hill - CDM (CCPRS)
9191 S. Jamaica Street
Englewood, CO 80112
Awardee No. 3
Fluor Enterprises, Inc.
100 Fluor Daniel Drive
Greenville, South Carolina 29607-2770
Awardee No. 4
Nationwide Infrastructure Support Technical Assistance Consultants (NISTAC) An LLC of URS an Dewberry
200 Orchard Ridge Drive
Suite 101
Gaithersburg, MD 20878

Posted: Aug. 19, 2009, 7:47 a.m. EDT
Posted: Aug. 13, 2009, 11:29 a.m. EDT
Posted: Aug. 13, 2009, 10:15 a.m. EDT

THIS IS AN ADDENDUM TO THE SOURCES SOUGHT NOTICE THAT WAS ADVERTISED ON 2/19/2009 FOR HSFEHQ-09-R-0411.

The U.S. Department of Homeland Security's (DHS) Federal Emergency Management Agency (FEMA) intends to award up to four (4), Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts, subject to the availability of funds. Each basic IDIQ contract will consist of a one (1) base period year and four (4)-one year option periods.

The basic IDIQ contract will be structured to allow for the issuance of Time and Materials (T&M) and Firm Fixed Price (FFP) task orders. The minimum guaranteed amount for each contract will be $500,000.00. The life cycle cost for this procurement is estimated at $2 billion.

Evaluation Factor 1(A) has been amended to ensure that firms have a clear understanding of the Government's requirement and expectation when addressing the factor. Firms are shall submit a revised Standard Form (SF) 330, as it relates to

Evaluation Factor 1(A) ONLY. No other factors shall be revised in your SF330. Only Evaluation Factor 1(A) will be re-evaluated. No other factors will be adjusted from the original evaluation, however, they will be considered for the final evaluation.

SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE.

Subfactors:

The firm must demonstrate successful specialized experience of firm and key personnel in the following Subfactors: - Subfactor (A) is significantly more important than Subfactors (B) and (C); Subfactors (B) and (C) are of equal importance. Subfactor 1 (A) is more important than both Subfactors (B) and (C) combined.

(A) The firm is required to identify completed projects from the past five (5) years that demonstrate its experience developing reliable cost estimates for a variety of major multi-million dollar construction projects and/or repair of damaged infrastructure systems (e.g., buildings, roads, schools, hospitals, and power and water systems, etc.).

In its project examples, the firm must demonstrate its experience, methodology, and tools to estimate the total cost of projects (e.g., labor, materials, and equipment), and its use of forward pricing models for multi-year projects. The firm must also demonstrate its experience in developing and utilizing quality control measures to ensure the accuracy of its cost estimates.

The firms are required to provide a detailed explanation of the reasons for any variances on the identified completed projects that exceed plus or minus 10 percent between the estimated costs in the proposed solicitation and the actual costs of the completed project.

General Instructions

  • Firms are required to submit one (1) original and seven (7) copies of their revised Standard Form (SF) 330 Evaluation Factor 1(A). Strict adherence to the submission instructions will be enforced. Firms not performing all work in-house must identify subcontractors in their submittal.
  • A prime or joint venture SF 330/Evalution Factor 1(A) submittal must not exceed five (5) pages, 8 1/2" x 11" front side only. Charts and drawings will be counted as two pages if submitted on 11 x 17" size paper. All pages following the first five (5) pages will be disregarded upon receipt. All other material such as brochures or samples of work, attachments or extra pages will be disregarded upon receipt.
  • Responses must reference Amended Synopsis Number HSFEHQ-09-R-0411: PA TAC, on the face of all forms and on the outside of the envelope, and submissions must acknowledge notice/receipt of all amendments or modifications.
  • To ensure consideration, all information must be received by the Contracting Officer no later than 3:00 PM EST on August 26, 2009, at DHS/FEMA, Acquisition Management Division, Disaster Assistance Section, 395 E Street, SW, Washington, DC 20472-3205.
  • All hand carried submissions must be delivered to LaShawn Smith, 395 E. Street, SW, Washington, DC 20472, and all mailed submissions to LaShawn Smith, PP, Contracting Officer, 500 C Street, SW, Washington, DC 20472.
  • Late submissions will not be accepted by the Contracting Officer.

Contracting Office Address:

  • DHS/FEMA, Acquisition Management Division, Disaster Assistance Section, 395 E Street, SW, Washington, DC 20472-3205.

Place of Performance:

  • NATIONWIDE

Point of Contact(s):

  • Oneko Dunbar, Contract Specialist, Phone 202-646-7916, Fax 202-646-3846, Email at Oneko.dunbar@dhs.gov
  • LaShawn Smith, Contracting Officer, Phone 202-646- 4306, Fax 202-646-3846, Email at lashawn.smith@dhs.gov

Overview

Response Deadline
June 4, 2010, 12:59 a.m. EDT (original: Aug. 26, 2009, 4:00 p.m. EDT) Past Due
Posted
Aug. 13, 2009, 10:15 a.m. EDT (updated: June 3, 2010, 5:19 p.m. EDT)
Set Aside
None
Place of Performance
All within the USA, the Virgin Islands, Guam, Puerto Rico, American Samoa, and the Commonwealth of the North Marianna Island USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price; Time And Materials;
Est. Level of Competition
Low
Odds of Award
14%
Vehicle Type
Indefinite Delivery Contract
On 8/13/09 Federal Emergency Management Agency issued Sources Sought HSFEHQ-09-R-0411 for Public Assistance Technical Assistance Contract (PA TAC III) due 6/4/10. The opportunity was issued full & open with NAICS 541330 and PSC C.
Primary Contact
Title
Contact Officer
Name
LaShawn Smith   Profile
Phone
(202) 646-4306
Fax
(202) 646-2722

Secondary Contact

Title
Contract Specialist
Name
Oneko Dunbar   Profile
Phone
(202) 646-7916
Fax
202-646-2722

Documents

Posted documents for Sources Sought HSFEHQ-09-R-0411

Opportunity Lifecycle

Procurement notices related to Sources Sought HSFEHQ-09-R-0411

Award Notifications

Agency published notification of awards for Sources Sought HSFEHQ-09-R-0411

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought HSFEHQ-09-R-0411

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought HSFEHQ-09-R-0411

Similar Active Opportunities

Open contract opportunities similar to Sources Sought HSFEHQ-09-R-0411

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > Federal Emergency Management Agency > Grants Management Branch
Source Organization Code
63611732d2ff002f2223281377176b90
Last Updated
June 3, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 3, 2019