Search Contract Opportunities

Travel Trailers IDIQ

ID: 70FB8024R00000002 • Type: Solicitation

Description

Posted: May 23, 2024, 4:46 p.m. EDT

Amendment 3 to Solicitation #70FB8024R00000002 is being issued to incorporate Questions and Answers, and to make the following changes:

Revise Method of Evaluation in Section M from Highest Rated Offerors with a Fair and Reasonable Price to Trade-Off.

There are no other changes.

Amendment 2 to Solicitation #70FB8024R00000002 - The purpose of this Amendment 2 is the following:

  • Revise the Phase I submission date from Tuesday, May 14. 2024 to Thursday, May 30, 2024
  • Revise the question submission period for Phase I from Monday, May 6. 2024, to Thursday, May 23, 2024
  • Advise Offerors who previously submitted offers for Phase I that they are required to resubmit their Phase I submission by the revised due date of Thursday, May 30, 2024, even if there are no updates.
  • Remove the Phase I page count limitation from five (5) pages to an unlimited number of pages.
  • Make additional revisions to Section L Instructions to Offerors in accordance with the attached Amendment 2 Section L
  • Add Attachment 6 - Small Business Non-Manufacturing Individual Waiver, in accordance with 13 C.F.R. 121.1206

There are no other changes.

Amendment 1 to Solicitation #70FB8024R00000002 is being issued to incorporate Questions and Answers, and to make the following changes:

reflect that the pricing will be submitted at time of Delivery Order for CLINs 0009 thru 0015, on pages 4-6

reflect the page limitation for Phase I and the cover page requirement, on page 94

There are no other changes.

Solicitation #70FB8024R00000002 is hereby issued as a Request for Proposals (RFP) in accordance with FAR Parts 12, 15, and 16, utilizing procedures in subpart 15.2. The Government contemplates issuing a multiple award fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract vehicle for commercial items (Travel Trailers), as defined in Section C of the RFP, Statement of Work.

The IDIQ contract vehicle resulting from the evaluation of proposals received from Solicitation #70FB8024R00000002 is anticipated to be awarded during Fiscal Year 2024, with a 12-month base and 4 12-month ordering periods.

FEMA is authorized under Section 408, Federal Assistance to Individuals and Households (42 U.S.C. 5174), of The Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act), as Amended, to provide Direct Assistance to eligible Disaster Survivors. Direct Assistance can be in the form of Transportable Temporary Housing Units (TTHUs). One of the authorized forms of TTHU is Recreational Vehicles (RVs) specifically bumper pulled Travel Trailers (TTs).

This solicitation incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular 2024-04 dated 05/01/2024. Please see the relevant clauses at https://www.acquisition.gov/browse/index/far and https://www.acquisition.gov/hsar.

This solicitation is a Total Small Business Set-Aside, under the North American Industrial Classification System (NAICS) code 336214 Travel Trailer and Camper Manufacturing (Size Standard: 1,000 employees). The Product Service Code (PSC) is 2330 Trailers .

Please refer to Section A of the RFP for a table of contract line items (CLINs), Section B Supplies an Services, and Section C, Statement of Work for more information about the description of the requirement and delivery locations.

Provisions FAR 52.212-1, Instructions to Offeror-Commercial and FAR 52.212-2, Evaluation-Commercial Items apply to this acquisition and specific instructions and evaluation criteria can be found in Section L and Section M of the RFP. Offerors are to provide a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clause FAR 52.212-5, Contract Terms and Conditions Required to Implemented Statutes or Executive Orders-Commercial Items applies to this acquisition. Due to character limitations, please see the attachment for additional cited clauses applicable to this acquisition in Section C of the RFP.

All interested parties must be registered and have an active profile in the System for Award Management (SAM) at the time of responding to the RFP to be considered eligible for award. Please contact the SAM helpdesk for registration and profile activation assistance at 1-866-606-8220. Information on SAM registration may also be obtained electronically at https://www.sam.gov/portal/public/sam/.

Future orders under resulting IDIQ contracts may include a priority rating under the Defense Priorities and Allocations System

(DPAS) regulation (15 CFR, part 700). Anyone receiving a DPAS rated order is required to follow all provisions of the DPAS regulation. The priority rating will be provided on the SF 1449 in Box 13a and 13b when an order under the resulting IDIQ contract is issued.

Posted: May 16, 2024, 3:50 p.m. EDT
Posted: May 7, 2024, 11:48 a.m. EDT
Posted: May 1, 2024, 3:44 p.m. EDT
Background
The solicitation is issued by the Federal Emergency Management Agency (FEMA) under the Robert T. Stafford Disaster Relief and Emergency Assistance Act to provide Direct Assistance to eligible Disaster Survivors in the form of Transportable Temporary Housing Units (TTHUs), specifically bumper pulled Travel Trailers (TTs). The contract is a Total Small Business Set-Aside.

Work Details
The contract requires the supply of Travel Trailers for FEMA's national inventory and supplies to disaster recovery operations. The contract will have a guaranteed minimum order of 5 Travel Trailers, with specific requirements for TT length, sleeping capacity, delivery, sales, exterior, and compliance with national standards and regulations. The ordering period of the basic contract shall be five (5) years from the date of award.

Period of Performance
The ordering period of the basic contract shall be five (5) years from date of award.

Place of Performance
The performance of the work for the contract shall commence at the Contractor’s facility, with delivery to locations specified in the Contract and Delivery orders.

Overview

Response Deadline
May 30, 2024, 1:00 p.m. EDT (original: May 14, 2024, 1:00 p.m. EDT) Past Due
Posted
May 1, 2024, 3:44 p.m. EDT (updated: May 23, 2024, 4:46 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Washington, DC 20024 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
High
Est. Value Range
Experimental
$10,000,000 - $50,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
59% of obligations for similar contracts within the Federal Emergency Management Agency were awarded full & open.
On 5/1/24 Community Survivor Assistance issued Solicitation 70FB8024R00000002 for Travel Trailers IDIQ due 5/30/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336214 (SBA Size Standard 1000 Employees) and PSC 2330.
Primary Contact
Name
Ejona LIKA   Profile
Phone
None

Secondary Contact

Name
Keturah Stroy   Profile
Phone
None

Documents

Posted documents for Solicitation 70FB8024R00000002

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 70FB8024R00000002

Incumbent or Similar Awards

Contracts Similar to Solicitation 70FB8024R00000002

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 70FB8024R00000002

Similar Active Opportunities

Open contract opportunities similar to Solicitation 70FB8024R00000002

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > COMMUNITY SURVIVOR ASSISTANCE SEC
FPDS Organization Code
7022-AMDA
Source Organization Code
100176826
Last Updated
June 30, 2024
Last Updated By
ejona.lika@fema.dhs.gov
Archive Date
June 30, 2024