The RFP Database
New business relationships start here

Travel Trailers in support of DR-4407 - California Wildfires


Louisiana, United States
Government : Homeland Security
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

SOLICITATION: 70FBR919Q00000061 -

FEMA TRAVEL TRAILERS 6/21/2019


The U.S. Federal Emergency Management Agency's Office of the Chief Procurement Office (OCPO), requests that you submit an inventory and price quote in response to this solicitation. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as
supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.


A. Introduction:


The purpose of this emergency requirement is to provide fifteen (15) travel trailers available for immediate purchase to the Federal Emergency Management Agency (FEMA), which will be used as part of FEMA's
temporary housing mission in response to California Wildfires under disaster declaration DR-4407- California. The Government intends to award a single purchase order contract for this requirement. However, if it is in the best interest of the Government, multiple vendors may be chosen. The number of delivery dates will depend on
the number of units awarded. The period of performance will be indicated on the contract. The solicitation number for this is 70FBR919Q00000061 and needs to be referenced on all quotation documentation submitted in response to this solicitation.


B. Questions/Quote Due Date:


This solicitation is being issued as a request for proposal (RFQ) in accordance with Federal Acquisition Regulation Part 15. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2005-101), effective October 30, 2018. The NAICS Code and small business size standard for procurement are 441210 and $32.5 million, respectively. This requirement is a local area set-aside for vendors residing in or primary doing business in the state of California. Offers outside of the state of California will not be considered.


The award of contract(s) under this solicitation will be on a Lowest Price Technically Acceptable (LPTA) basis, using the procedures prescribed in the evaluation factors listed in section D-Evaluation. The lowest price will be based on the total price of all 15 units.
Questions regarding this solicitation must be submitted to the contracting officer no later than 12:00 noon PST on Wednesday, June 25, 2019. Responses to questions shall be posted via a solicitation amendment.
An electronic copy of the Quotes shall be received no later than 3:00 p.m. PST on Wednesday, June 26, 2019 to
Janice.Joseph@fema.dhs.gov, and a copy to Sharon.Edwards3@fema.dhs.gov


C. PROPOSAL PREPARATION INSTRUCTIONS:


The Quote shall include the following:


1. A copy of the Completed Inventory/Price table


2. A copy of the offeror's license issued by the State of California, Department of Motor Vehicles authorizing the offeror to sell new recreational vehicles in the State of California. The offeror's license and business name and address must be the same.


3. Proof that the offeror is an authorized or licensed dealer for all of the recreational vehicles offered.
4. Delivery schedule after contract award (up 48 hours after award of contract) Price/Inventory Spreadsheet:
The contractor shall submit pricing for all items being requested for this requirement. Ensure prices are based on the types of trailers as described in the subject Statement of Work. The Inventory/Pricing table shall consist of all current inventory that the Vendor proposes to make available to be government at the time of contract award.


All information on the Inventory/Pricing spreadsheet shall be completed in order for the Government to conduct a full evaluation. The Government understands that trailer inventories may vary between contractors. (Attachment #1)


The Government is seeking the following types of trailers: (Please see Attachment #2 SOW)


1. Sleep Six (quantity of 15) at least 27'long but less than 32' in Length


NOTE: UNITS WITH 50 AMP NEED TO COME WITH THE 30 AMP ADAPTERS. PRIOR TO DELIVERY ALL
UNITS MUST BE INSPECTED TO COMPLY WITH THE SOW. FEMA prefers to stay away from units that have
the DOMETIC brand thermostats and HVAC systems. All trailers are to be double axel, (no single axles) with winter classification, slide-outs.


D. EVALUATION:


ONLY THE LOWEST PRICED VENDOR WILL BE EVALUATED. If the lowest priced vendor is unacceptable, the next lowest priced vendor will be evaluated until an acceptable vendor is located


Evaluation Factors:


The following evaluation factors will be used for this requirement:


1. Inventory/Delivery
2. Local Area Set-aside (for dealers local to the state of California)
3. Past Performance
4. Price


1. Inventory / Delivery:


Relevant for this requirement is the contractor's travel trailer availability and delivery capability, considering the types of trailers being required as outlined in the Attachment 02 - Statement of Work. Additionally, the contractor's quote shall be evaluated on their current inventory of the required trailer types needed and their maximum daily delivery potential under short notice (up to 48-hours after receipt of award). PRIOR TO DELIVERY ALL UNITS MUST BE INSPECTED TO COMPLY WITH THE SOW.


Evaluation for inventory and delivery will be done as follows: Inventory: like units (sleep 6) will be evaluated across vendors to determine the lowest priced technically acceptable units. Partial inventory may be selected by like-units. Delivery: Vendors shall begin delivering units to the FEMA location within 48 hours after receipt of Contract or Notice to Proceed.


The vendor will be rated as Acceptable or Unacceptable for this evaluation factor.



2. LOCAL AREA SET-ASIDE:


The contractor's proposal will be evaluated on its demonstrated ability to satisfy all locality requirements as set forth in provision FAR 52.226-3 (See Attachment 4 - Local Area Representation) A responsive proposal shall
contain an affirmative representation and all supporting documentation that it resides or primarily does business in the designed set aside area.


Supporting Documentation shall include:


• License by State of California to sell new Recreational Vehicles
• Proof of authorized dealer for the manufacturer of the Recreational Vehicle(s)


The vendor will be rated as Acceptable or Unacceptable for this evaluation factor.


3. PAST PERFORMANCE:


The contractor's proposal shall be evaluated on its demonstrated performance record providing items similar to those outlined in the Statement of Work. Emphasis is placed on demonstrated experience with projects similar in magnitude and complexity for this requirement completed within the last three years.
The vendor shall provide three (3) references for individual or commercial sales. Vendor shall provide the following information for references:
• POC Name
• Phone Number
• Description of Project
The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The past performance evaluation will assess the Offeror's record of successful performance of recent and relevant work for government and private sector clients. In addition to questionnaires the Contractor Performance Assessment Reporting System (CPARS) website will be used to conduct additional past performance reviews.


A Pass/Fail rating shall be used for this evaluation factor. If the vendor does not have any valid past performance, a Neutral rating will be given.


Price:
The Vendor's price shall be evaluated based on like units (sleep 6) and will be evaluated across vendors to determine the lowest priced technically acceptable units. Partial inventory may be selected by like-units. Multiple vendor may be selected with less that the quantities requested which are:


• Sleep Six (quantity of 15)


The contractor's proposed pricing shall be evaluated for reasonableness.


E. DELIVERABLES:


a. Excel pricing sheet (see Attachment 1)
b. Statement and supporting documentation that the vendor resides or primarily does business in CA.
C. License by State of California to sell new Recreational Vehicles
D. Proof of authorized dealer for the manufacturer of the Recreational Vehicle(s)


The following documents are attached:


• Attachment 1 - Inventory Pricing Sheet
• Attachment 2 - Statement of Work
• Attachment 3 - Provision and Clauses
• Attachment 4 - Local Area Representation



Place of Contract Performance: FEMA Sharpe MHU Staging Area 700 East Roth Road


French Camp, California 95231 United States


 


Janice F Joseph, Contract Specialist, Phone 225-267-2800, Fax 225-388-9755, Email janice.joseph@fema.dhs.gov - Sharon Edwards, Contracting Officer, Phone 202-714-4838, Email Sharon.Edwards3@fema.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP