Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

V -- Resource and Capability Transportation Support during Disasters (RCTSD) VIPER

Notice Date
8/14/2020 5:44:44 AM
 
Notice Type
Solicitation
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FB7020R00000002
 
Response Due
8/31/2020 9:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Isaac L. Chapple
 
E-Mail Address
Isaac.chapple@fema.dhs.gov
(Isaac.chapple@fema.dhs.gov)
 
Description
Resource and Capability Transportation Support during Disasters (RCTSD)�U.S. Virgin Islands & Puerto Rico Solicitation The Federal Emergency Management Agency (FEMA) Region II has the responsibility of supporting the disaster response and recovery efforts for the severely impacted United States territories of Puerto Rico (PR) and the U.S. Virgin Islands (USVI). �Hurricanes Irma & Maria have brought unprecedented damages, therefore amplifying the response and recovery effort challenges that affected FEMA�s response to survivors located throughout the islands, specifically to those secluded areas like the mountain and inland regions. �Accessibility issues due to damaged transportation infrastructure has survivors waiting longer periods of time to receive life sustaining supplies.� A major part of the response and recovery effort revolves around supplying the affected area with Initial Response Resources (IRR).� These include life supporting and life sustaining IRRs such as but not limited to water, meals, cots, tarps, plastic sheeting, blankets, sandbags, generators, and fuel which are needed to lessen damage before or after a disaster.� FEMA lacks readiness on these islands due to the deficiency of an IRR footprint, unavailable warehousing space and minimum full time FEMA/CORE personnel in the USVI & PR to support the magnitude of this response. Additionally, FEMA needs to move Inter-agency resources and support functions into the affected areas in order to support critical needs such as infrastructure, electricity and sewage repairs; provide medical requirements and services; and bring basic human needs like water and meals to those in need. ------------------------------------------------------------------------------------------------------------------------------------------------------------- Basis for Award The awards will be made based on a �Best Value-Trade off basis. The technical factors�have been placed in descending order of importance. Factor 1, Demonstrated Prior�Experience Submission Instructions & Methodology is the most important Factor 2.�Factor 2 �Technical Capability & Management Approach is more important than Factor 3 - Quality Control Plan. In determining which proposal provides the best value to the�Government, non-price evaluation factors are more important than evaluated price. These�three non-price factors, when combined, are more important than Factor 4 Price.�The Government intends to award multiple Indefinite Delivery, Indefinite Quantity (IDIQ) contract resulting from this RFP, to responsible, responsive offeror whose�proposal is determined to represent the Best Value to the government, price and other�factors considered to ensure maximum delivery capacity. Questions Questions regarding this RFP are due on or before 10:00 AM EST, August 19, 2020.�Questions regarding this RFP shall be submitted to each of the following email addresses:�Isaac.Chapple@fema.dhs.gov with the subject line: �RFP Number 70FB7020R00000002 Questions.� Phase I Proposal Phase I Proposals are due no later than 12:00 PM EST, August 31, 2020. Proposals�are to be submitted to each of the following email address: Isaac.Chapple@fema.dhs.gov�with the subject line: �RFP Number 70FB7020R00000002 Phase I Proposal�Submission.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0f5cf645477343b8bc5df190770b1b1e/view)
 
Place of Performance
Address: PR, USA
Country: USA
 
Record
SN05758496-F 20200816/200814230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.