Florida Bids > Bid Detail

70FBR423Q00000074 Debris Removal DR4673-FL RFQ

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • P - Salvage Services
Opps ID: NBD00159415142942544
Posted Date: Jan 24, 2023
Due Date: Jan 27, 2023
Solicitation No: 70FBR423Q00000074
Source: https://sam.gov/opp/d697b5b19d...
Follow
70FBR423Q00000074 Debris Removal DR4673-FL RFQ
Active
Contract Opportunity
Notice ID
70FBR423Q00000074
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
REGION 4
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 24, 2023 05:56 pm EST
  • Original Published Date: Jan 20, 2023 12:40 pm EST
  • Updated Date Offers Due: Jan 27, 2023 12:00 pm EST
  • Original Date Offers Due: Jan 27, 2023 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 11, 2023
  • Original Inactive Date: Feb 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: P500 - SALVAGE- DEMOLITION OF STRUCTURES/FACILITIES (OTHER THAN BUILDINGS)
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    FL
    USA
Description

The Federal Emergency Management Agency (FEMA) has an urgent requirement and is considering the issuance of multiple Blanket Purchase Agreements (BPA) to execute multiple fixed rate/labor hour task orders in support of DR4673-FL disaster declared counties: Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia for the removal of debris, temporary transportable housing units (TTHUs), and Site Restoration.



Request for Quote 70FBR423Q00000074 is issued in accordance with FAR Part 13 Simplified Acquisition Procedures, and Part 12 - Acquisition of Commercial Products and Commercial Services.



This action is being competed using the policies and procedures for procurements under the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 USO 5150) and FAR 6.208 Set-Asides for Local Firms during a Major Disaster or Emergency. A "local firm" means a private organization, firm, or individual residing or primarily doing business in the affected area that has been made part of the disaster or emergency declaration. In order to fulfill the requirements of the two statutory requirements a contracting officer may set aside solicitations to allow only offeror(s) residing or primarily doing business in the affected area.



This action is a 100% local/small business set-aside for the disaster declared counties in the State of Florida (Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia).



The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to the removal of debris, temporary transportable housing units (TTHUs), and Site Restoration. The following wage determination shall be applicable to the resulting purchase orders:

Wage Determination 2015-4585 Rev 21 - Hardee County

Wage Determination No 2015-4529 Rev 19 - Lee County

Wage Determination No 2015-4533 Rev 20 - Volusia County

Wage Determination No 2015-4545 Rev 20 - Collier County

Wage Determination No 2015-4545 Rev 20 - Sarasota County

Wage Determination No 2015-4565 Rev 20 - Charlotte County

Wage Determination No 2015-4585 Rev 21 - DeSoto-Hardee County



-------------------------------------------------

A. RESPONSES to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm EST, Friday, January 27, 2023.



B. QUESTIONS to this Request for Quote are due electronically to Ashlee Young at ashlee.young@fema.dhs.gov no later than 12:00 pm EST, Wednesday, January 25, 2023.



C. Proposal submissions shall not exceed ten (10) single sided pages, 8 1/2" x 11" page size, and no smaller than eleven (11) point character size. All proposals should be inclusive of a cover sheet, capability statement, vendor proposals, pricing chart, and/or images. Contractors are required to adhere to all page limitations, as any information found on pages that exceed any page limitation will not be considered.



D. The Solicitation response requires an active registration with the System for Award Management (SAM) in order to be considered for award. All quote submissions must include the following information on a quote submission cover letter.

1. Tax Identification Number (TIN)

2. Unique Entity Identifier (UEI) Number (formerly known as DUNS)

3. Authorized Representative Contact Name, Email, and Telephone Number

4. Complete Business Mailing Address

5. Completion of Set-Aside Disaster Notification of FAR 52.226-3 Disaster or Emergency Area Representation.

(a) Set-aside area. The area covered in this contract is: Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia

(b) Representations. The offeror represents that it ___ does ____ does not reside or primarily do business in the designated set-aside area.



-------------------------------------------------

Evaluation Factors

The Government will award multiple BPAs resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:



Factor 1. Delivery Schedule

The Contractor shall provide a range for earliest delivery completion schedule based on lot sizes (sq ft) and the potential number of lots (as few as 1 pad and up to 100 pads) per the requirement of debris removal, excavation, and site removal, TT/MHU Breakdown & Haul Away Completion per the requirements of the performance work statement. (See Attachment 1 - Technical Evaluation Criteria)



Factor 2. Technical Evaluation – Company’s Capability/Experience

The Contractor's proposal response shall be evaluated based on the Company’s current experience and capabilities to mobilize immediately to complete debris removal and site restoration task located in the declared disaster counties (Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia).

The contractor’s response shall be evaluated on its ability to provide and/or demonstrate the method of project management and oversight capability per job site. The Contractor must propose an acceptable plan and/or staff dedicated to the removal of Debris, Temporary Transportable Housing Units (TTHUs) and Site Restoration and this plan should seek to demonstrate the offeror’s ability to direct and control the operation of all requirements outlined in the performance work statement.

The proposal response should also address resolution of any issues/hazards/injuries that may arise during assigned.

******************************

SAM Registration

Contractor shall provide the following:

1. Unique Entity Identifier (UEI) number

2. Confirmation of complete Active SAMs registration

3. FAR 52.226-3 Disaster or Emergency Area Representation.

(a) Set-aside area. The area covered in this contract is: Charlotte, Collier, DeSoto, Hardee, Lee, Sarasota, Volusia

(b) Representations. The offeror represents that it ____ does or _____ does not reside or primarily do business in the designated set-aside area.



Factor 3: Past Performance

The submitted past performance experiences shall be past operations similar to the requirements set forth in this solicitation. Past experience summaries shall be based on previous years of experience for debris removal over the past 1-3 years or currently in process. Experience may include current residents and/or Contracts entered into with the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used.



The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror’s experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.



Factor 4. Cost or Price Evaluation

In accordance with FAR Subpart 12.209 The contracting officer shall determine that a prospective contractor is responsible and that the prices offered are reasonable before awarding the contract. The contracting officer must ensure that contract terms, conditions, and prices are commensurate with the Government’s need.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 3005 Chamblee Tucker Road
  • Atlanta , GA 30341
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >