Inactive
Notice ID:WX02189Y2021T
This Sources Sought Notice (SSN) is for planning/information purpose only and shall not be construed as a commitment or promise of a contract by the Government. This is not a solicitation. This notice...
This Sources Sought Notice (SSN) is for planning/information purpose only and shall not be construed as a commitment or promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Bid, Request for Quote or Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The Government will determine whether to set-aside this future procurement, based on the information submitted. For the purpose of this acquisition, the NAICs code is 541712 - Research & Development. PURPOSE: The Federal Emergency Management Agency (FEMA) is conducting a market analysis with this SSN to identify businesses capable and interested in performing the services required to provide a national standardized messaging tool to tat state and local users nationwide write eefective publica alerts and warning messages and to collect feedback from industry on the draft documents provided in this notice. The information collected in this SSN and industry outreach notice will be used to further define the government's requirements and create the appropriate acquisition strategy. The information will be considered in finalizing FEMA's requirements. BACKGROUND: The Integrated Public Alert and Warning System (IPAWS) program management office (PMO) is responsible for complete lifecycle management of the IPAWS Program. The IPAWS Program is a DHS Level II IT Acquisition Program encompassing multiple projects and initiatives intended to satisfy requirements and intents described in Executive Order (EO) 13407 and Public Law (PL) 114-143 – The IPAWS Modernization Act. In addition, new directives have been established from the National Defense Authorization Act, PL 116-92, Section 1756 for the standardization, functionality, and interoperability of incident management and warning tools used by State, Tribal, and local governments to notify the public of an emergency through the public alert and warning system. SUMARRY OF REQUESTED INFORMATION: FEMA is not seeking elaborate replies, but rather concise, meaningful responses from vendors with the requisite expereience and expertise. Vendors shall identify recent projects / contracts that perform similar work. The limit is five single-sided 8.5" x 11" pages or less using 12 pt. font. Vendors are requested to provide the following information: 1) Company Information a) Company name, point-of-contact, address, DUNS and Bradstreet number and CAGE code. b) Business Type: (small business, woman-owned small, minority owned small, 8(a), hubzone, etc.) i) If the vendor is a large business it should state that fact. c) Current contract vehicles (such as GSA Schedules) with fleet maintenance services within scope that FEMA can us to obtain the services (do not list an IDIQ specific to another agency that FEMA cannot use). d) Experience: Summary of at least three contracts for government or commercial of similar scope, size and complexity in the last three years. Each summary should contain: i) Customer Name ii) Role of your Organization (Prime or Subcontractor) iii) Contract Number iv) Contract Type (fixed price, labor hour, etc.) v) Dollar Value vi) Period of Performance vii) Customer Point-of-Contact with telephone number and email address viii) Number or full-time equivalents providing services under the contract ix) Description or services provided 2) Response to the three (3) questions that are provided in the Attachment. SUBMISSION INFORMATION: All questions and responses are to be provided electronically in PDF or MS Word to OVincent Brown at OVincent.Brown@fema.dhs.gov.