70FB7022I00000012 LogHouse 2023 Request for Information

expired opportunity(Expired)
From: Federal Government(Federal)
70FB7022I00000012

Basic Details

started - 28 Jul, 2022 (20 months ago)

Start Date

28 Jul, 2022 (20 months ago)
due - 28 Jul, 2022 (20 months ago)

Due Date

28 Jul, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
70FB7022I00000012

Identifier

70FB7022I00000012
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (33932)FEDERAL EMERGENCY MANAGEMENT AGENCY (2418)INCIDENT SUPPORT SECTION(ISS70) (185)

Attachments (21)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Federal Emergency Management Agency (FEMA)Request for Information (RFI)70FB7022I00000012Transition of and Maintenance and Deactivation of Temporary Transportable Housing UnitsThe Federal Emergency Management Agency (FEMA) has a requirement for the transition, and maintenance and deactivation  of FEMA temporary transportable housing units in impacted disaster declared counties and states. This REQUEST FOR INFORMATION (RFI) is issued in accordance with FAR 52.215-3. This RFI does not constitute a request for price (RFP), request for quote (RFQ), or invitation for bid (IFB), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this RFI. All information contained in this RFI is preliminary and is subject to change if, and when, a solicitation is issued.Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a competitive
solicitation is released, it will be synopsized on Sam.gov website. It is responsibility of the interested parties to monitor this site for additional information pertaining to this RFI, Industry Day Events, or future solicitation.RFI Responses Due Date/Time: Monday, June 27, 2022 | 4:00 pm ESTBackgroundUnder the Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, and Related Authorities, Section 408 Federal Assistance to Individuals and Households (42 U.S.C. 5174), FEMA provides assistance to individuals and households who have been affected by a federally declared disaster. In order for FEMA to be response ready, FEMA procures, stores, transports, installs, and maintains manufactured homes (MHUs) that are used as temporary housing units. The Temporary Housing Storage Sites (THSS) inventory is based on anticipated needs of disaster survivors nationwide. When a disaster response requires a temporary housing mission, the Agency ships manufactured homes from the on-hand readiness inventory to a staging area at the disaster site.FEMA's use of  MHUs is an alternative for Section 408 which requires FEMA to provide financial and, if  necessary, direct services, to individuals and households. As part of direct assistance, in general - The President may provide temporary housing units, acquired by purchase or lease, directly to individuals or households. LOGistics Housing Operations Unit inStallation, maintenance and deactivation (LOGHOUSE) is the service component that ensures these MHUs are transported (hauled), installed, maintained and uninstalled (deactivated). In order to support FEMA's manufactured housing program, the agency plans to issue indefinite deliverable/indefinite quantity (IDIQ) contracts to provide hauling, installation, maintenance, and deactivation support as well as development and construction of group sites. This acquisition will provide FEMA with contractors who are ready to provide services that will support multiple, mobile, direct housing missions anywhere within the Contiguous 48 United States (CONUS). This acquisition provides services and does not include the acquisition of a major system. It is estimated that the IDIQ will be awarded for an initial period of one (1) year with four (4) one-year options for an estimated IDIQ Total Ceiling of $2.62 Billion.RFI Responses Due Date/Time: Monday, June 27, 2022 | 4:00 pm ESTPlease provide all feedback and/or responses to fema-loghouse-contracting@fema.dhs.gov.RFI Response FEMA anticipates issuing  the LOGHOUSE 2023 solicitation soon  and is seeking information from experienced vendors  interested in providing the types of services needed for LOGHOUSE 2023. FEMA seeks vendor input to stengthen the performance work statement and to assist with market research and acquisition planning.FEMA requests vendors to respond to some or all of the following:1. Review the DRAFT Performance Work Statement (PWS) attached to this RFI, 16 attachments2. Provide comments (recommended changes) about the attached PWS3. Provide responses to some or all of the following questions :Questions1. FEMA is considering dividing the United States into sectors to facilitate a smaller zone of responsibility. How do you suggest that we divide the US and determine sectors and what challenges or benefits do you foresee?2. In the current contract, the time frame to complete non-priority SIRs is 3 days and FEMA is considering reducing this down to 2 days? What challenges or benefits do you foresee with this change?3. As we are improving on the SOW, do you have any suggestions to reduce install time for MHUs and travel trailers?4. There has been a suggestion to include the LOGhouse contractors as a part of the early mission planning team, what thoughts do you have regarding this and what benefits or challenges do you foresee if this were to be implemented?5. What early information could FEMA provide that would help with mission planning?6. What do you think about the current threshold for assignment of work related to full and open vendors and small business vendors? What changes, if any, would you suggest?7. As a small business would you have the capacity to execute the construction task identified in LOG HOUSE?8. Would separating the function of hauling and installing and maintenance and deactivation of TTHUs from the function of designing and building group sites; and, placing these separate functions in different contracts, encourage small business participation in H&I and M&D?9. Is there any interest in having the function of hauling and installing TTHUs separated from the function of designing and building group sites; and placing these separate functions in two different contracts?10. What are the benefits of separate haul and install and group site construction contracts?11. The Federal government is committed to full and open competition in all its procurement practices. In addition, the Federal Government wants to provide opportunities for small business. What suggestions do you have to increase participation beyond using SAM.gov?  How can the Federal Government provide greater opportunity for vendors to participate in a solicitation?12. What could be a good process for a readiness requirement which is verifiable upon request, amenable to site visits, and includes scheduled reporting deliverables?Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a competitive solicitation is released, it will be synopsized on Sam.gov website. It is responsibility of the interested parties to monitor this site for additional information pertaining to this RFI, Industry Day Events, or future solicitation.

,
  20024  USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

IPTS000102EBM 1.544

Due: 02 Oct, 2032 (in about 8 years)Agency: DEPT OF DEFENSE

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode N099Installation of Equipment: Miscellaneous