Hazard Mitigation Technical Assistance Program Support

expired opportunity(Expired)
From: Federal Government(Federal)
SSN-HMTAP-FIMA1

Basic Details

started - 18 Jan, 2023 (15 months ago)

Start Date

18 Jan, 2023 (15 months ago)
due - 02 Feb, 2023 (14 months ago)

Due Date

02 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
SSN-HMTAP-FIMA1

Identifier

SSN-HMTAP-FIMA1
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34366)FEDERAL EMERGENCY MANAGEMENT AGENCY (2434)MITIGATION SECTION(MIT60) (97)

Attachments (1)

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.

Sources Sought Notice for the Hazard Mitigation Technical Assistance Program (HMTAP)The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Federal Insurance and Mitigation Administration (FIMA), requires expert contractor services that will provide all personnel, facilities, equipment, material, supplies, and services to provide Non-Architect and Engineering (Non-A&E) HMTAP support services.This procurement action will ensure FEMA and FIMA have greater capability and capacity in meeting pre-disaster, during disaster, and post-disaster mitigation and environmental compliance responsibilities. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL This is a market research tool being used for information only to be used for determining the availability and adequacy of eligible small business sources to meet FEMA/FIMA’s needs. FEMA is seeking procurement alternatives and sources to provide technical, planning and management support services to meet these
requirements. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice or any follow up information requests. The Government is not obligated to and will not pay for any information received from industry sources because of this Sources Sought Notice. Respondents will not be notified of the results of the Sources Sought Notice or resulting market research. The Government does not request any proprietary information be submitted, nor shall it be liable for any consequential damages for proprietary information. Any information submitted to the Sources Sought Notice (e.g., capability statement) is subject to disclosure under the Freedom of Information Act, 5 USC 552 (a). The applicable North American Industry Classification System (NAICS) code is 541611. The applicable Product and Service Codes (PSC) is R499. The work for this requirement shall be performed primarily at the DHS FEMA facility located at: 400 C Street SW, 6th floor, Washington, D.C. 20472. Work may also be performed at any of FEMA’s ten (10) Regional offices and other designated disaster locations. The Contractor’s place of performance may also be Contractor facilities and will be coordinated with the Contracting Officer’s Representative (COR). The Contractor may be requested to work at other DHS FEMA facilities in the Washington Metropolitan area and alternate places of performance shall be approved by the Contracting Officer (CO).FEMA's current procurement strategy is to establish three (3) multiple-award Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts on a Cost-Plus-Fixed-Fee basis. Awards will be based on three Geographic Zones which will cover the entire United States and its territories. Task Order placement will be based on the applicable geographic zone. Offerors can only receive an award for one zone. The maximum value of this procurement is $300 Million with $100 million as the anticipated maximum value for each IDIQ contract.It is requested that interested vendors submit a brief capabilities statement package (no more than 15 pages in length, single-sided, single-spaced, 12-point font minimum, Times New Roman) to the contracting office demonstrating eligibility to meet FEMA’s requirements.SUBMISSION OF CAPABILITY PACKAGES: This documentation should address, at a minimum, the following:Company Name, Company Address, Point of Contact (POC), Telephone Number, e-mail Address, Unique Entity Identifier (UEI) number and Size of your Organization (i.e., Large Business, Small Business) using NAICS Code 541611 as the basis for your response.Capability statements with respect to your firm’s experience in performing Objectives in the Sources Sought Notice and address if your firm was the prime contractor.Experience with supporting complex, enterprise-wide requirements, and organizations with significant portfolios related to hazard mitigation. Please ensure you describe with figures how large each portfolio was, as well as their activity.Experience and capabilities to successfully transition and onboard; and to support a large complex requirement with limited learning curve.Demonstrated experience and expertise in following areas:Benefit-Cost Analysis or Cost Effectiveness ModelsTechnical Report WritingEnvironmental and Historic Preservation ReviewsGrant Application Development/ReviewFloodplain ManagementDemonstrated knowledge and understanding of applicable statutes, regulations, requirements, grants, policies, guidance, and specifications that impact FEMA’s Hazard Mitigation Assistance (HMA) grant programs, Environmental Planning and Historic Preservation (EHP), and National Flood Insurance Program (NFIP).Demonstrated ability to provide state-of-the-art technical guidance and advice to transform existing methodologies and processes – keeping pace with future technological advancements.Demonstrated ability to complete multiple projects, across the nation concurrently while accomplishing work within the required time limits without compromising quality, service, or deliverables.Demonstrated ability to provide support in a rapidly changing environment, experience in pivoting actions and priorities in response to oversight, advice, and guidance.Demonstrated past performance on contracts of comparable complexity with government agencies and private industry in terms of the following:Cost ControlQuality of WorkCompliance with performance scheduleSubmittals must include reference’s name, affiliation, and phone number.Examples of leading and innovative industry best practices in PM methods and Program Management Office establishment that can be adapted to a Federal Government environment.Best practices and lessons learned around incorporating Portfolio Management, Strategic Management into standard PM practices and Program Management Office methodologies that you feel are important and applicable to this requirement. Experience in successfully providing adaptive, forward leaning support for outcomes in a rapidly transforming environment that is deliberately agile. Capability statement packages should be sent via email to Glen Seipp, glen.seipp@fema.dhs.gov and Amanda Long, amanda.long@fema.dhs.gov. The last date to submit questions pertaining to this Sources Sought Notice will be 3:00 p.m. (Local – Washington, D.C.) on 1/25/2023. Questions received prior to this date will be submitted to the Program Office and responses will be posted on 1/30/2023. Submission of capability packages and comments must be received via email no later than 3:00 p.m. (Local – Washington, D.C.) on 2/2/2023. Questions or comments regarding this notice may be addressed electronically to Glen Seipp, glen.seipp@fema.dhs.gov and Amanda Long, amanda.long@fema.dhs.gov. Phone calls will not be accepted or returned.Place of Performance:The primary place of performance will be at the DHS FEMA facility located at: 400 C Street SW, Washington, D.C. and will be coordinated with the Contracting Officer’s Representative (COR). Work may also be performed at any of FEMA’s ten (10) Regional offices and/or other designated disaster locations. The Contractor’s place of performance may also be Contractor facilities and will be coordinated with the COR for the contract. The Contractor may be requested to work at other DHS FEMA facilities in the Washington Metropolitan area and alternate places of performance shall be communicated and approved by the Contracting Officer.

Washington ,
 DC  20472  USALocation

Place Of Performance : N/A

Country : United StatesState : District of ColumbiaCity : Washington

You may also like

TECHNICAL ASSISTANCE IN SUPPORT OF AGENCY ENVIRONMENTAL AND REACTOR PROGRAMS

Due: 09 Aug, 2025 (in 15 months)Agency: NUCLEAR REGULATORY COMMISSION

Technical Advisory Services related to the OKC Minority Supplier Diversity Program

Due: 30 Jul, 2024 (in 3 months)Agency: Urban League of Greater Oklahoma City, Inc

Please Sign In to see more like these.

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

Classification

naicsCode 541611Administrative Management and General Management Consulting Services
pscCode R499Other Professional Services