REQUIREMENT:
The Federal Emergency Management Agency (FEMA), Region 10, Bothell, Washington, is issuing an RFI to conduct market research, obtain pricing information, and identify qualified Small Business Development Program 8(a) participants capable of supporting the requirement for facility maintenance services in accordance with the attached Performance Statement (PWS). The applicable North American Industry Classification System (NAICS) code for this requirement is 561210 Facilities Support Services.
This RFI is issued solely for market research and informational purposes and does not constitute an invitation for quotation, request for proposal or request for quotation, nor will responses be considered offers or result in a binding contract. The U.S. Government will not provide reimbursement for any information that may be submitted in response to this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents will not be notified of any results derived from a review of the information provided; however, information gathered may be utilized for technical and acquisition purposes.
PLACE OF PERFORMANCE:
FEMA Region 10 locations:
- Federal Regional Center (FRC) Region 10, 130 228th St SW, Bothell, WA 98021
- Northview Corporate Center (NCC) Region 10, 20700 44th Ave W., Suite 400, Lynnwood, WA 98036
SUBMISSION INSTRUCTIONS:
FEMA Region 10 seeks information from 8(a) firms with capabilities, experience, and resources necessary to meet or exceed the stated requirements to perform facilities maintenance.
If your firm is interested in providing information for this RFI please submit your response by the due date and time indicated in sam.gov notification with the following information:
Company Information
- Business Name
- SAM Unique Entity Identifier (UEI) Number
- Socioeconomic status (e.g. small business, 8(a), SDVOSB)
Capabilities and Experience
- List any relevant qualifications or credentials
- Description of experience providing facilities maintenance services of similar size and scope
- List of relevant contracts (government or commercial), including contract value and period of performance
- Key personnel qualifications
Technical Approach
- Overview of proposed approach to facilities maintenance (preventive, corrective, emergency maintenance)
- Use of technology (e.g., CMMS, energy management, automation).
- Quality assurance and performance metrics
Pricing and Contract Structure
- Typical pricing models (firm-fixed price, time & materials, cost-plus)
- Recommendations for contract length, incentives, and performance-based measures
- Pricing should include fully burdened costs
Additional Information
• Suggestions for improving the scope of work or performance requirements
• Potential risks or challenges and recommended mitigation strategies
• Any other relevant information or recommendations
Submission Instructions
• Responses should be sent via email to Sandra.Shanks@fema.dhs.gov
• Proprietary information should be clearly marked.
Responses received after the deadline or without the required information will not be considered. Since this is a request for information/market research announcement only, evaluation letters will not be issued to any respondent.
This RFI will be posted for 15 days, or until sufficient responses have been received.
Questions:
Direct any questions regarding this RFI to Sandra.Shanks@fema.dhs.gov
DISCLAIMER:
This RFI is for market research only and does not commit the Government to any contractual action. All responses are voluntary, and the Government is not obligated to any costs associated to a submitted response to this announcement.
Thank you for your interest and participation.
Labor Positions:
- Mechanic – Laborer (Lead Position)
- Mechanic – Laborer (General)
- Laborer-General
- Grounds Maintenance – Laborer
- Janitor
- Project Management
- Other Direct Costs (ODCs)