Search Contract Opportunities

Travel Trailers

ID: 70FBR919Q00000037 • Type: Synopsis Solicitation
Question & Answer 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

SOLICITATION FOR EIGHTEEN (18) TRAVEL TRAILERS.

The U.S. Federal Emergency Management Agency's Office of the Chief Procurement Office (OCPO), requests that you submit inventory and price quote in response to this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

A. Introduction:

The purpose of this emergency requirement is to provide up to eighteen (18) travel trailers available for immediate purchase to the Federal Emergency Management Agency (FEMA), which will be used as part of FEMA's temporary housing mission in response to California Wildfires under disaster declaration DR-4407- California. The Government intends to award multiple purchase order contracts for this requirement. The number of delivery dates will depend on the number of units awarded. The period of performance will be indicated on each order. The solicitation number for this is 70FBR919Q00000037 and needs to be referenced on all quotation documentation submitted in response to this solicitation.

B. Questions/Quote Due Date:

This solicitation is being issued as a request for proposal (RFQ) in accordance with Federal Acquisition Regulation Part 15. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2005-101), effective October 30, 2018. The NAICS Code and small business size standard for procurement are 441210 and $32.5 million, respectively. This action is a local area set-aside for vendors residing in or primary doing business in the state of California. Offers outside of the state of California will not be considered. The award of contracts under this solicitation will be on a Lowest Price Technically Acceptable (LPTA), using the procedures prescribed in the attached evaluation factors.

Questions regarding this solicitation must be submitted to the contracting officer no later than 12:00 noon PST on Sunday March 03, 2019. Responses to questions shall be posted via a solicitation amendment.

An electronic copy of the Quotes shall be received no later than 4:00 p.m. PST on Monday March 04, 2019 Demetria Carter at Demetria.Carter@fema.dhs.gov and a copy to Janice F. Joseph, at Janice.joseph@fema.dhs.gov

C. Proposal Preparation Instructions:

The Quote shall include the following:
1. A copy of the Completed Inventory/Price table

2. A copy of the offeror's license issued by the State of California, Department of Motor Vehicles authorizing the offeror to sell new recreational vehicles in the State of California. The offeror's license and business name and address must be the same.

3. Proof that the offeror is an authorized or licensed dealer for all of the recreational vehicles offered

4. Delivery schedule after contract award (up 48 hours after award of contract)

Price/Inventory Spreadsheet:
The contractor shall submit pricing for all items being requested for this requirement. Ensure prices are based on the types of trailers as described in the subject Statement of Work. The Inventory/Pricing table shall consist of all current inventory that the Vendor proposes to make available to be government at the time of contract award.

All information on the Inventory/Pricing spreadsheet shall be completed in order for the Government to conduct a full evaluation. The Government understands that trailer inventories may vary between contractors.

The Government is seeking the following types of trailers:

1. Sleep Four (quantity of 9)
2. Sleep Six (quantity of 9)

NOTE: All units must be 30 amp or 50 amp and must be winter classification. In addition, it is recommended that all units have slide outs. FEMA prefer to stay away from units that have the DOMESTIC brand thermostats and HVAC systems. All trailers are to be double axel, (no single axles.

D. Evaluation:

Evaluation Factors:

The following evaluation factors will be used for this requirement:

1. Inventory/Delivery
2. Local Area Set-aside (for dealers local to the state of California)
3. Past Performance
4. Price

1. Inventory / Delivery:

Relevant for this requirement is the contractor's travel trailer availability and delivery capability, considering the types of trailers being required as outlined in the Attachment 04 - Statement of Work. Additionally, the contractor's quote shall be evaluated on their current inventory of the required trailer types needed and their maximum daily delivery potential under short notice (up to 48-hours after receipt of award).

Evaluation for inventory and delivery will be done as follows: Inventory: like units (sleep 2, 4 and 4+) will be evaluated across vendors to determine the lowest priced technically acceptable units. Partial inventory may be selected by like-units. Multiple vendor may be selected. Delivery: Vendors shall begin delivering units to the FEMA location within 48 hours after receipt of Notice to Proceed.

The vendor will be rated as Acceptable or Unacceptable for this evaluation factor.

2. Local Area Set-aside:

The contractor's proposal will be evaluated on its demonstrated ability to satisfy all locality requirements as set forth in provision FAR 52.226-3 (See Attachment A responsive proposal shall contain an affirmative representation and all supporting documentation that it resides or primarily does business in the designed set aside area.

Supporting Documentation shall include:

license by State of California to sell new Recreational Vehicles
Proof of authorized dealer for the manufacturer of the Recreational Vehicle(s)

The vendor will be rated as Acceptable or Unacceptable for this evaluation factor.

3. Past Performance:

The contractor's proposal shall be evaluated on its demonstrated performance record providing items similar to those outlined in the Statement of Work. Emphasis is placed on demonstrated experience with projects similar in magnitude and complexity for this requirement completed within the last three years.

The vendor that provide three 3 references for individual or commercial sales. Vendor shall provide the following information for references:
POC Name
Phone Number
Description of Project
The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The past performance evaluation will assess the Offeror's record of successful performance of recent and relevant work for government and private sector clients. In addition to questionnaires the Contractor Performance Assessment Reporting System (CPARS) website will be used to conduct additional past performance reviews.

A Pass/Fail rating shall be used for this evaluation factor. If the vendor does not have any valid past performance, a Neutral rating will be given.

4. Price:
The Vendor's price shall be evaluated based on like units (sleep 2, 4 and 4+) and will be evaluated across vendors to determine the lowest priced technically acceptable units. Partial inventory may be selected by like-units. Multiple vendor may be selected with less that the quantities requested which are:

Sleep Four (quantity of 9)
Sleep Six (quantity of 9)

The contractor's proposed pricing shall be evaluated for reasonableness.

Attachments:
Attachment (1) - Inventory/Pricing Spreadsheet
Attachment (2) - Statement of Work
Attachment (3) - Provisions & Clauses
Attachment (4) - Local Area Representation

Overview

Response Deadline
March 4, 2019, 7:00 p.m. EST Past Due
Posted
March 2, 2019, 12:25 p.m. EST
Set Aside
None
Place of Performance
Place of Contract Performance: Sharpe MHU Staging Area Attn: Dale Smoot 700 E. Roth Road French Camp, California 95231 FRENCH CAMP, CA 95231 USA
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 2 days, below average for the FEMA Region 9: Oakland and it was released over a weekend.
On 3/2/19 FEMA Region 9: Oakland issued Synopsis Solicitation 70FBR919Q00000037 for Travel Trailers due 3/4/19. The opportunity was issued full & open with NAICS 441210 and PSC 23.
Primary Contact
Title
contract specialist
Name
sable   Profile
Phone
None

Secondary Contact

Title
Contracting Officer
Name
Demetria Carter   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 70FBR919Q00000037

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation 70FBR919Q00000037

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70FBR919Q00000037

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70FBR919Q00000037

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > REGION 9: EMERGENCY PREPAREDNESS AN
FPDS Organization Code
7022-ARFA9
Source Organization Code
100167171
Last Updated
March 19, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 19, 2019