Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:70FB8022R00000004
This is a DRAFT Performance Work Statement for which the Federal Management Emergency Agency will be issuing a solicitation next week - this solicitation will be a competitive 8A set-aside from the De...
This is a DRAFT Performance Work Statement for which the Federal Management Emergency Agency will be issuing a solicitation next week - this solicitation will be a competitive 8A set-aside from the Department of Homeland Security's STARS III Contract. The FINAL PWS is in review - there is a possibility that some language may change - this is only a DRAFT to ensure all eligible vendors are aware of the upcoming opportunity. Comments and questions are welcome to ensure all 8A vendors on the DHS STARS III contract have a Fair and Equal opportunity to submit a proposal. This solicitation will be a two-step process - Best Value Trade Off (BVTO) action. Historical Data shows that the offeror must provide a minimum of 12 individual workers to support the requirement. Eight (8) of these will be Full-Time employees, and Four (4) will be Part-Time employees. The number of workers is based on the number of programs the contract will support to include attending meetings whether in person or virtually. Telework will be authorized in some instances. The workers telework schedule will be matched to the FEMA program managers telework schedule and may vary. COVID/Pandemic Protocols: Currently, the Federal Government has numerous protocols in effect, (see FAR clauses section) however these protocols may change as the Federal Government, DHS, or FEMA directors determine to ensure the safety of all individuals. Evaluation Process: This requirement will use a two-step process – all proposals submitted in a timely manor and meet all requirements will be evaluated. In Phase-One (1). Of those proposals only the top Five (5) evaluated vendors will proceed to Phase-Two (2). Phase One 1: Factor 1 – Prior Experience with contracts only with the Federal Government that are similar in both Size and Scope, they must also be recent within the last 3 years or ongoing to be evaluated. The Offeror’s shall provide a single page/one sided description of the contract, or T/O to include the Contract number and include what functions/services were performed under this action. The Offeror must also state if they performed as the Prime or Sub-Contractor on this action. Experience is limited to 3 actions only and should match the requirements in the attached Performance Work Statement (PWS). Factor 2 – Methodology / Technical approach to meeting the requirements in the PWS. This should address Staffing, Ability to Perform, and Quality Control at a minimum. This is limited to Three (3) pages (double sided). Technical Approach: A technical proposal shall be provided which specifically addresses the manner in which the offeror proposes to meet the requirements of the TOPR and the PWS. It shall include sufficient details to provide enough information to perform a thorough evaluation and develop definite conclusions about the offeror’s response to each requirement. The technical approach shall illustrate how the technical abilities and skills of the individual(s) proposed to work under this task order will develop innovative methods, approaches, ideas, and guidance to advance FEMA's goals of reducing disaster losses and simplifying the grant process. Offerors shall demonstrate in their Technical Approach how the proposed personnel will: • facilitate efficiencies to ensure timely deployment of trained and qualified professionals. • provide high quality deliverables. • provide exceptional customer service. • utilize new techniques to meet reduced budget and schedule constraints. Factor one (1) -EXPERIENCE will be rated higher than Factor two (2) – METHODOLOGY All proposals will be independently evaluated and the top Five (5) will be notified that they will be included in Step 2, all others will be notified that they will not advance. Phase Two 2: Factor 1 – Qualifications of Proposed Personnel: Offerors shall submit a “resume” not to exceed 1?page per personnel which identifies whether the person being proposed is already on staff and FEMA badged. In addition, list their experience as it specifically relates to the work for this Task Order within the last 3 years. Offerors shall identify individuals by name. If the Offeror is proposing an alternate skill set from what is stated in the Performance Work Statement, the Offeror must thoroughly explain how the new skill set will meet the requirements in the SOW. The Task Monitor reserves the right to accept and/ or reject proposed personnel Factor 2 – The Offeror shall submit a detailed Transition Plan to include methodology to replace the current vendor. They shall also provide a plan for obtaining PIV/CAC cards and clearance from the FEMA security office (this shall include a background check if not currently on file). Factor 3 – The Offeror will provide a detailed cost proposal in a separate document that includes the hourly wages and the monthly cost for CLIN one (1) for the base year and the two option years. These costs shall include, a detailed breakout of any/all additional fees, benefits, pass through cost into the single monthly amount based on a standard 40-hour (Monday-Friday) workweek. Factor one (1) Qualifications of Proposed Personnel and Factor two (2) Transition Plan will be rated equally – Factor 1 & 2 will be rated higher than Factor three (3) Cost/Price.