To place a bid or register go to Unison Marketplace

View Details for Buy # 1181962

General Buy Information

Buy #: 1181962  
Solicitation #: 70FB8024Q00000008
Buy Description: FEMA ORR Strategic Initiatives Technical Assistance (SITA) (Master BPA)
Category: R6 -- Support Services - Administrative
Sub Category: R699 -- SUPPORT- ADMINISTRATIVE: OTHER
NAICS: 541611 -- Administrative Management and General Management Consulting Services
SAM Contract Opportunity: Yes
Set-Aside Requirement: No Set-Aside Restriction
Buyer: DHS Federal Emergency Management Agency
End Date: 09/25/2024
End Time: 11:30 ET
Seller Question Deadline: 8/26/2024 - 11:00 ET
Delivery: Special Delivery Instructions - See Statement of Work/Delivery Attachment

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s) Base

Period of Performance:
Determined at Award
Item No Description Qty Unit
001 See Attachments for Details 1 EA

Bidding Requirements

Instructions
Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the Unison Marketplace Fee, for contract-specific items. If Unison receives notice that, due to inclusion of the Unison Marketplace Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the Unison Marketplace Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov.
An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Performance Work Statement or listed specs whichever is applicable to the buy. Offerors understand that the Marketplace ranks all offers by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
The Buyer is allowing Sellers to submit bids that either meet or exceed the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
This Blanket Purchase Agreement (“BPA”) is intended to establish terms under which awardees will offer products and/or services in response to subsequent BPA calls from a Buyer. Where applicable, the terms of the BPA shall be based on the awardee’s contract vehicle. The Buyer intends to award either a single BPA or multiple BPAs for the same or similar products and/or services to one or more sources under this Buy unless specified in the Buy Terms section.
There is no Set-Aside restriction for this Buy.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
Determined at Award
The Buyer has provided special instructions for delivery – See Statement of Work/Delivery Attachment.
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Pricing Instructions Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the Unison ‘Submit a Question’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive.
Offer Period Bid MUST be good for 90 calendar days after close of Buy.
Shipping Condition Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.
SAM Requirement This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov.
Delivery Requirement No partial shipments are permitted unless specifically authorized at the time of award.
Q&A Instructions Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable).
For Exact Match Only Commodity Buys For Exact Match Only Commodity Buys- NO SUBSTITUTIONS, EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the DHS/CBP Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates, or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in this RFQ will be rejected at the time of delivery causing a return at the vendor's expense.
For Exact Match Services Buys Only For Exact Match Services Buys Only- In order for a sellers bid to be 'responsive' and considered for award, the seller is REQUIRED to document exactly how they intend to meet the requirements of the SOW. They shall document statement detailing the service for evaluation. Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award.
For Buys other than Exact Match: For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6

Shipping Information

City State   Zip Code
See Statement of Work

Seller Attachment(s): Required

Phase I, Volume 1 Factor 1 Technical and Management Approach (Sub-Factor 1 Concept Paper and Sub-Factor 2-Demonstrated Prior Experience)
Phase II, Volume 1 Factor 2 Capability of Proposed Key Personnel and Staffing
Phase II, Volume 1 Factor 3 Past Performance
Phase II, Volume II Factor 5 Sub-Contracting Plan

Buy Attachment(s)

No. Document Name   Document Size
001 Attachment_1_Statement_of_Work.pdf   335 KB
002 RFQ_BPA_ORR_SITA.pdf   263 KB
003 Attachment_4_Provisions_Clauses_Terms_and_Conditions.pdf   266 KB
004 Attachment_3_Pricing_Spreadsheet.xlsx   26 KB
005 Attachment_2_Past_Performance_Questionnaire.docx   39 KB