Washington, DC Bids > Bid Detail

Disaster Assistance Information Services (DAIS) Program Support

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159889211340632
Posted Date: Mar 5, 2024
Due Date: Mar 19, 2024
Source: https://sam.gov/opp/5cd2e73a1d...
Follow
Disaster Assistance Information Services (DAIS) Program Support
Active
Contract Opportunity
Notice ID
70FA3124I00000012
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
INFORMATION TECHNOLOGY DEVELOPMENT AND SUSTAINMENT
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: Mar 05, 2024 02:26 pm EST
  • Original Response Date: Mar 19, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Washington , DC 20472
    USA
Description

The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Disaster Assistance Information Services (DAIS) Program seeks to identify potential offerors that possess the capability and experience to provide FEMA’s DisasterAssistance.gov website with content management and content filtering functionality to prescreen applicants for disaster-related assistance suitability and also deliver current disaster related forms of assistance content.



This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation for bids, proposals, or quotes and is not to be construed as a commitment by the government to issue a request for proposal/quote or award of a contract as a result of this request. This announcement is not a Request for Proposal (RFP) nor a Request for Quote (RFQ). The government will not reimburse respondents for any cost associated with information submitted in response to this request.



Interested parties must submit sufficient documentation in accordance with the instructions in this RFI and current industry best practices and standards, demonstrating their ability/experience to meet or exceed the Government’s requirements listed in this notice.



GENERAL INFORMATION: This RFI is issued solely for information gathering purposes to identify offerors that possess the capability and experience to provide FEMA’s DisasterAssistance.gov website with content management and content filtering functionality to prescreen applicants for disaster-related assistance suitability and also deliver current disaster related forms of assistance content. In accordance with FAR 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research.



PROPRIETARY INFORMATION AND DISCLAIMERS: Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in the anticipated SOW or solicitation.



Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5.



The following tentative NAICS and PSC codes are being considered for this scope:



NAICS Code: 541511 Applications software programming services, custom computer; PSC Code: DA01 IT and Telecom – Business Application/Application Development Support Services (Labor).



ANTICIPATED PERIOD OF PERFORMANCE START DATE: July 1, 2024.



ANTICIPATED CONTRACT VALUE: $55M



ANTICIPATED PERIOD OF PERFORMANCE: The Government plans for a base period of five (5) months, to allow for a transition-in period, and four (one year) option periods for a total duration of 4.5 years.



ATTACHMENTS:



1. Statement of Work (SOW)



2. RFI/SSN Details and Response Instructions


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
  • Mar 05, 2024 02:26 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 >