Washington, DC Bids > Bid Detail

RFI - Plastic Sheeting

Agency:
Level of Government: Federal
Category:
  • 83 - Textiles, Leather, Furs, Apparel and SHoes, Tents, Flags
Opps ID: NBD00159611226276970
Posted Date: Jan 12, 2024
Due Date: Feb 5, 2024
Source: https://sam.gov/opp/381ddfb451...
Follow
RFI - Plastic Sheeting
Active
Contract Opportunity
Notice ID
01122024PS
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
INCIDENT SUPPORT SECTION(ISS70)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 12, 2024 01:25 pm EST
  • Original Response Date: Feb 05, 2024 12:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Washington , DC
    USA
Description

FEDERAL EMERGENCY MANAGEMENT AGENCY - LOGISTICS MANAGEMENT DIRECTORATE



PLASTIC SHEETING



A. Notification



This is a Sources Sought Notice. The purpose of this notice is to obtain information regarding the 1) availability and capability of qualified sources to provide the contemplated requirement listed below. The information provided herein is for informational purposes only. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. This notice is issued for information and planning purposes only and does not itself constitute a Request for Proposal (RFP). The Government does not intend to award a contract based only on responses to this Sources Sought Notice.



Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this notice. The Government will not pay for information received in response to this notice. There is no commitment by the Government to issue an RFP, make an award or awards, or to be responsible for any monies expended by industry responses to this notice. The Government does not request any proprietary information be submitted, nor shall it be liable for any consequential damages for proprietary information. Any information submitted for this notice (e.g. capability statement) is subject to disclosure under the Freedom of Information Act, 5 USC 552 (a). All information received in response to this notice marked “Proprietary” will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response.



B. Background



Federal Emergency Management Agency (FEMA) Logistics Management Directorate has the responsibility of supporting the nation with disaster response and recovery efforts. A major part of the initial response effort involves providing affected area with Initial Response Resources (IRR). The resources include life supporting and life sustaining commodities, such as plastic sheeting, which is used to temporarily cover the roofs of survivors’ damaged homes.



C. Objectives



For Market Research Only - FEMA is seeking information regarding vendor capabilities, from either manufacturers or distributors, on plastic sheeting production capabilities, industry standards on fire testing, vendor-site storage capability and transportation capability.



D. Questions to the Industry



Interested parties are requested to submit as part of their statement of capability how they are capable of meeting below requirements and recommendations to the Government on alternative solutions.




  1. Can you meet the plastic sheeting specifications in Section H and Table 1 in the DRAFT Statement of Work (SOW).

  2. Has your plastic sheeting been tested and met the standard testing? Please reference the attached DRAFT (SOW), Section H, Table 1.

  3. What is the unit price of plastic sheeting per roll?

  4. Do you have transportation capability that meets the SOW Section I & K criteria? Do you have in-house or contracted third-party capability to provide transportations during emergency response?

  5. Do you have Electronic Data Interchange (EDI) capability (i.e. are you able to currently send and receive ANSI-standard EDI messages?)?

    • Particularly, are you able to send EDI 850 and EDI 856 messages?

    • Are you able to receive EDI 850, EDI 856 and EDI 997 message?

    • Is your system integrated with the Defense Logistics Agency’s (DLA) Global Exchange (GEX)? (i.e. do you have an interconnection service agreement with DLA GEX?) https://dodprocurementtoolbox.com/site-pages/global-exchange-gex





6. Do you have capability to provide in-transit visibility, such as GPS tracking of shipments, as outlined in the DRAFT SOW, Section I.6?



7. Is your business on GSA Advantage and have plastic sheeting listed on a Federal Supplies Schedule (FSS)?



8. Administratively, the vendor’s statement of capability shall also include the information listed below.




  • Company Name/Division, mailing address, e-mail address, telephone, and website

  • Single point-of-contact name, title, telephone, and email address

  • DUNS number or GSA Unique Entity Identifier (UEI)

  • company structure (Corporation, LLC, partnership, joint venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to receive an award from federal agencies. SAM.gov | Entity Registrations (https://sam.gov/content/entity-landing)

  • Applicable NAICS codes under which the company customarily does business.

  • Business size for NAICS Codes, such as socio-economic status, if qualified as one or more of the following:

    • 8(a) firm (must be certified by SBA)

    • Small Disadvantaged Business (must be certified by SBA)

    • Woman-Owned Small Business

    • HUB Zone firm (must be certified by SBA)

    • Service-Disabled Veteran-Owned Small Business





E. Response Format



To better assist in the review of submittals to this RFI, respondents are encouraged to prepare a capabilities statement and respond to the above questions in a format that closely adheres to the following:



The document format shall be either Microsoft Word (.doc or .docx), or Adobe Acrobat (.pdf) formats. Responses shall be prepared using 12 pt. font, 1-inch margins, and 8.5” by 11” paper and shall not exceed ten (10) pages in length, including images, data displays, charts, graphs, and tables.



Respondents are encouraged to complete with accuracy their submittals and address all items outlined within this notice. Respondents may provide additional promotional literature in addition to their response providing it conforms to the response format.



F. Response Deadline and Point of Contact Information



FEMA will only consider submissions in response to this notice that are in the form of



Microsoft Word and/or PDF (searchable format) documents attached to emails received no later than 12 PM EST, February 5, 2024. No phone calls will be accepted or returned.



Point of Contact:



Karley Hoyt



Contracting Officer



FEMA Office of Chief Procurement Officer



karley.hoyt@fema.dhs.gov




Attachments/Links
Contact Information
Contracting Office Address
  • 500 C STREET SW 3RD FLOOR
  • WASHINGTON , DC 20472
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 12, 2024 01:25 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >