The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Continuous Improvement Division (CID), Request for Information for CID Blanket Purchase Agreement (BPA)

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: District of Columbia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159970151609556
Posted Date: Mar 26, 2024
Due Date: Apr 15, 2024
Solicitation No: FEMA_BPA_MAY2025
Source: Members Only
Follow
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Continuous Improvement Division (CID), Request for Information for CID Blanket Purchase Agreement (BPA)
Active
Contract Opportunity
Notice ID
FEMA_BPA_MAY2025
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
PREPAREDNESS SECTION(PRE20)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 26, 2024 01:46 pm EDT
  • Original Response Date: Apr 15, 2024 01:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Washington , DC
    USA
Description

REQUEST FOR INFORMATION (RFI) SUMMARY: The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Continuous Improvement Division (CID), has a requirement for: 1) program management support; 2) data collection and analysis; 3) product development; 4) training and technical assistance 5) systems support; 6) disaster readiness and operations; 7) disaster after-action reviews; and 8) program consulting and support.



GENERAL INFORMATION: This RFI is issued solely for information gathering purposes to identify capable sources that can provide support for the FEMA, CID. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research.



PROPRIETARY INFORMATION AND DISCLAIMERS: Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in a possible future performance work statement (PWS) or solicitation. Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the FAR, Part 9.5.



North American Industry Classification System (NAICS) CODE: The principal nature of the requirements is consistent with services performed by industries in the 541611 Administrative Management and General Management Consulting Services NAICS with a small business size standard of $24.5M.



PRODUCT SERVICE CODE (PSC): R408 – Support Professional Program, Management Support Services.



ANTICIPATED PERIOD OF PERFORMANCE START DATE: MAY 2025.



ANTICIPATED ACQUISITION STRATEGY: Competitive action using pre-positioned vehicle or open on SAM.gov. Exact strategy is TBD.



ATTACHMENT: Draft PWS.



RFI RESPONSE SUBMITTAL INSTRUCTIONS:



Interested contractors shall submit their RFI responses electronically to Deana Baddick, Contracting Officer, at deana.baddick@fema.dhs.gov and Greg Crouse Contract Specialist, at Gregory.crouse@fema.dhs.gov no later than 3:00PM Eastern Daylight Time (EDT) (Washington, D.C.) on TBD, 2024.



“RFI Response for CID BPA Recompete” shall be in the subject line of your e-mail. All responses shall be unclassified, with proprietary information clearly marked. The single file document format shall be in Adobe Acrobat (.pdf) format. Pages shall be 8.5 inches by 11 inches and shall use Times New Roman that is no smaller than a standard 12-point font type in Times New Roman, with the exception of charts, graphs, or tables, which shall use a pitch not smaller than 10-point font. Responses shall not exceed eleven (11) pages in length including images, data displays, charts, graphs, and tables. This limit does not include the cover page, which is limited to not more than one page. Do not include promotional materials.



RFI Responses shall include the following information in the order below:



A. Cover Page with the following information (no more than one page in length):




  1. Company Name

  2. Company Address

  3. Unique Entity Identifier (UEI) Number

  4. Company Point of Contact - Name, Title, Phone, and Email address

  5. The Contractor shall self-certify its Small Business size status in accordance with the size standard in effect at the time of this RFI that corresponds to the NAICS code assigned above. Contractors shall define their business size RFI for FEMA, CID blanket purchase agreement (BPA) Recompete in relation to the NAICS code assigned above.



Such as:




  • Small Business (SB)

  • Small Disadvantaged Business (SDB)

  • 8(a)

  • Service-Disabled Veteran Owned Small Business (SDVOSB)

  • Women Owned Small Business (WOSB)

  • Historically Underutilized Business Zone (HUBZone)




  1. Federal Pre-Positioned contract vehicles, such as General Services Administration (GSA) Multiple Award Schedule (MAS) and/or DHS Strategic Sourcing Vehicles. Contractors must provide GSA Schedule Number, Contract Number, and Period of Performance and/or DHS Strategic Sourcing Vehicle Category Name and Contract Number, if applicable.



B. Contractor Capability Statement (no more than two pages in length):




  1. Summarization of similar scoped or relevant projects showing capabilities in; 1) program management support; 2) data collection and analysis; 3) product development; 4) training and technical assistance 5) systems support; 6) disaster readiness and operations; 7) disaster after-action reviews; and 8) program consulting and support as described in the PWS.



a. Please include a response to whether your organization held a BPA award before that did 4-6 projects each year, worth a total average of $5M per year?



2. Summarization of past performance in PWS subject areas of 1) program management support; 2) data collection and analysis; 3) product development; 4) training and technical assistance 5) systems support; 6) disaster readiness and operations; 7) disaster after-action reviews; and 8) program consulting and support.



C. Contractor RFI Responses to questions (no more than nine pages in length):



The responses received will assist FEMA with identifying the number and nature of the entities which consider themselves potential technical solution providers. Each respondent, by submitting a response, agrees that any cost incurred in response to this RFI, or in support of activities associated with this RFI, shall be the sole responsibility of the respondent. FEMA shall incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this RFI.



RFI QUESTIONS:




  1. What experience does your organization have writing multiple after-action reports for federal or national agencies for real-world incidents receiving major disaster declarations or other events of national significance. a. Please include notations, and links, if possible, to those after-action reports from the last ten years, and which disasters they included. Please limit this to no more than 10 examples.

  2. Has your organization managed six or more concurrent after-action reports or similar program assessment projects with sufficient staffing to meet project requirements and timelines? (Yes/No) a. Please list out the projects and period of performance start and end dates.

  3. Describe how your organization’s staffing can support 10 simultaneous deployments to various geographic locations within 10 days of receipt of receiving a deployment notice. a. If yes, please briefly describe any relevant project(s) with equitable scope.

  4. Describe your organization’s experience developing enterprise-wide systems using Microsoft Power Platform and/or PowerApps. Please describe the project(s) and organizations, and include the roles and responsibilities of the Team working on the system development.

  5. Please describe your organization’s experience with field-based assessments in support of disasters in the last seven years. a.Please specify which disasters and the length of time your staff were deployed.

  6. Describe your experience working with State, Local, Territorial, or Tribal (SLTT) emergency management and/or homeland security organizations. Please include the number of distinct projects in the last five years, not to exceed 20, and the total years of experience working with these organizations.

  7. Describe your organization’s experience supporting an ongoing enterprise-wide survey of more than a thousand staff, and describe how you conducted the analysis of the data. Please indicate what organization and the survey that was conducted.

  8. Does your organization have subject matter experts who have 10 years or more of relevant professional experience, currently on staff or under agreement with the organization in the following areas. Please provide 1-3 bullets of their relevant professional experience.

    1. Emergency Management

    2. Public Assistance

    3. Disaster / Direct Housing

    4. Individual Assistance

    5. Debris Management

    6. Supply Chain

    7. Public Health / Pandemic

    8. Evacuation

    9. Climate Change / Resilience



  9. Describe the emergency management work your organization has done as a prime contractor with a federal agency in the last seven years. Please provide a list of the contracts and agencies.


Attachments/Links
Contact Information
Contracting Office Address
  • 500 C STREET SW 3RD FLOOR
  • WASHINGTON , DC 20472
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 26, 2024 01:46 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >