The RFP Database
New business relationships start here

Contract Advisory & Assistance Services (CAAS)


District Of Columbia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)

500 C STREET SW, WASHINGTON, D.C. 20472


 


REQUEST FOR INFORMATION (RFI)


Advisory and Assistance Services


May 16, 2017
REQUEST FOR INFORMATION (RFI)

Introduction


THIS IS A REQUEST FOR INFORMATION (RFI) IN ACCORDANCE WITH FAR 15.201 AND FAR 52.215-3. This is NOT a Request for Proposal (RFP). An RFP is not being issued at this time, and this notice shall not be considered as a commitment by the Government to issue a RFP, nor does it restrict the Government to a particular acquisition approach. Requests for a solicitation will not receive a response.


This RFI is in accordance with FAR Subpart 15.201(e) which states:


RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. There is no required format for RFIs.


The purpose of this RFI is to determine if there is capability available to provide the services required to assist FEMA.


Background


FEMA provides manufactured housing units (MHUs) under the Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended (Stafford Act) and related authorities as well as through the Economy Act and other legal authorities. The primary use of MHUs is under the Stafford Act. The Stafford Act authorizes FEMA to provide MHUs acquired by purchase or lease, directly to individuals or households who, because a lack of available housing would be unable to make use of financial assistance.


The FEMA MHU program oversees the entire lifecycle of the MHUs from the development of requirements, through purchasing the MHU, storing them, transporting the MHUs, installing and maintaining the MHUs when in use to deactivation and disposal. The MHUs that FEMA purchases are required to be in compliance with U.S. Department of Housing and Urban Development (HUD) standards; FEMA contract requirements; the Uniform Federal Accessibility Standards (UFAS) and National Fire Protection Association (NFPA) standards.


FEMA installs MHUs for disaster survivors at: private sites, sites located on private land either the disaster survivors or someone known by the survivor typically a single MHU being installed; commercial sites, existing manufactured home parks operating as a commercial business; and, group sites, FEMA purpose built for disaster survivors' manufactured home parks.


Vendors may be required to consult with manufactured home vendors, HUD, HUD approved Production Inspection Primary Inspection Agencies (IPIAs) and Design Approval Primary Inspection Agencies (DAPIAs), State agencies and other private third party agencies that inspect a manufactured home at various stages of production, FEMA storage sites and FEMA installation contractors. Information regarding the DAPIAs can be found at 24 CFR 3282.361 and IPIAs can be found at 24 CFR 3282.


 


Operational Concept


To effectively execute FEMA's missions, FEMA seeks to have high quality MHUs ready for deployment when an event occurs. Oversight of the design and production processes will help to ensure FEMA receives high quality MHUs.


Contractors will provide advisory and assistance technical support to the Agency to investigate, analyze, and recommend changes when issues are discovered in FEMA's MHU program.


The contract will support the MHU Program by providing the following services:


1. Review MHU designs to provide expert opinion as to the design's compliance with FEMA's requirements in direct support of a FEMA MHU mission or at other times as required;


2. Review FEMA's MHU requirements and provide suggestions which could enhance the requirements and/or make the MHUs easier to manufacture to help improve current and future solicitations;


3. Perform in-plant inspections and monitoring of the manufacturing process;


4. Conduct forensic analysis and investigations of potential defects to determine the root cause;


5. Review vendor's proposed repairs;


6. Analyze issues that have developed in MHU program items and provide description and methodology to repairs;


7. Conduct environmental, health and safety reviews and/or investigations of MHUs to determine if there are any issues that could impact health or safety;


8. Conduct post-damage environmental, health and safety reviews of MHUs;


9. Conduct environmental assessments of units if there is damage (e.g., water intrusion, microbial growth);


10. Conduct post-event analysis in the case of a fire in an MHU to determine cause;


11. Conduct post-event analysis of the effectiveness of the residential fire sprinkler system;


12. Conduct post-event analysis of the residential fire sprinkler system's compliance with FEMA's contract requirements including HUD Standards, FEMA Rugged Based Requirements, UFAS, and NFPA 501, NFPA 501A and NFPA 13D;


13. Provide recommendations if there are issues resulting from manufacturing; storage; transportation; installation; or, maintenance;


14. Investigate root causes of incidents within MHUs, such as fires, leaks, and all other potential failures within MHUs;


15. Conduct failure mode analysis (FMA); failure mode and effects analysis (FMEA); and/or failure mode, effect and criticality analysis (FMECA) on commercial or other program items; and,


16. Review MHU and associated systems performance.


Acquisition Concept


FEMA anticipates issuing a solicitation to deliver advisory and assistance technical support to the Agency to investigate, analyze, and recommend changes when issues are discovered in FEMA's MHU program. In order to facilitate this solicitation, the Agency is seeking information from several different communities that would be able and willing to provide the types of services described above to FEMA.


FEMA anticipates that this solicitation will result in either a single award Requirements contract or an Indefinite Delivery Indefinite Quantity contract for the services required for manufacturing oversight. FEMA will issue task orders under these contracts as required to meet the needs of the Agency's disaster response/recovery operation. There is no minimum guarantee under these contracts.


Services, at the overview level, will include:
• Review MHU designs and requirements
• In-plant inspections and monitoring of MHU manufacturing
• Forensic analysis (Root Cause Analysis) and investigations
• Provide potential fixes or review a vendor's proposed repairs
• MHU safety, health, and environmental reviews
• Review FEMA's MHU requirements


Vendor Profile


In response to the RFI, please provide a capability statement and answer the following questions:


1. Identify the company name, address, city, state, zip code, and fax numbers.
2. Identify the name, title, address, phone and fax number/s, and email address of the primary contact person responding to this RFI.
3. Identify any parent corporation and/or subsidiaries, if appropriate.
4. Identify small size and type, i.e. small business - woman owned.
5. Provide a brief overview of your company including number of years in business, number of employees, nature of business, and description of clients.
6. What is the capability of your company to be able to manage multiple events in different states at the same time?
7. Can your company quickly organize the people and equipment needed to support a FEMA mission?
8. Which of the contract types would your company be interested in proposing?


Erik Young, Contracting Officer, Phone 2022124108, Email erik.young@fema.dhs.gov - Karley Hoyt, Contract Specialist, Phone 2022123859, Email karley.hoyt.2@fema.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP