Hawaii Bids > Bid Detail

Direct Lease DR4724 Hawaii

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159311447596243
Posted Date: Sep 27, 2023
Due Date: Oct 6, 2023
Source: https://sam.gov/opp/88e6946c2f...
Follow
Direct Lease DR4724 Hawaii
Active
Contract Opportunity
Notice ID
70FBR923Q00000061
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
FEDERAL EMERGENCY MANAGEMENT AGENCY
Office
REGION 9: EMERGENCY PREPAREDNESS AN
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Updated Published Date: Sep 27, 2023 11:46 am HST
  • Original Published Date: Sep 26, 2023 07:40 pm HST
  • Updated Date Offers Due: Oct 06, 2023 02:00 pm HST
  • Original Date Offers Due: Oct 06, 2023 02:00 pm HST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Oct 21, 2023
  • Original Inactive Date: Oct 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1FZ - LEASE/RENTAL OF OTHER RESIDENTIAL BUILDINGS
  • NAICS Code:
    • 531311 - Residential Property Managers
  • Place of Performance:
    HI
    USA
Description View Changes

The Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) has a requirement for Direct Lease Contractors/Property Managers (PM) and/or Property Owners (PO). The FEMA Direct Lease is a housing assistance program to lease existing rental units for the purpose of providing temporary housing to eligible applicants who are displaced due to the Wildfires under DR 4724-HI. Note: the term Contractor will be used to refer to Contractor/Property Managers/Property Owners hereafter.



Contractors shall focus their search and identify properties within a 50-mile radius of Maui County or Hawaii County, HI, or a distance that does not place an undue hardship. Properties may consist of multifamily dwellings, single family or duplexes. The Contractor shall evaluate each property to ensure the property is safe, secure, and functional.




  • Safe means secure from disaster-related hazards or threats to occupants.

  • Sanitary means free of disaster-related health hazards.

  • Functional means an item or home capable of being used for it intended purpose.



This is a small business set aside. As a result of this combined synopsis/solicitation, the Government intends on awarding multiple Blanket Purchase Agreement(s) (BPA) in accordance with the Federal Acquisition Regulation (FAR) 13.303, and reference the Statement of Work. The North American Industrial Classification System (NAICS) code is 531311, entitled Residential Property Managers. The small business size standard is $15 million.



Instructions to Offerors




  1. To ensure timely evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, independent, and respond directly to the requirements of this synopsis/solicitation, and statement of work.






  1. The contracting officer has determined there is a good probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if the contracting officer’s determines adequate price competition exists no additional cost information will be requested.






  1. The Government intends on awarding multiple Blanket Purchase Agreements as a result of this combined synopsis/solicitation. Calls/Orders under the BPA will be issued on a firm-fixed-price basis. The Government is obligated only to the extent of authorized purchases actually made under the BPA. The Government cannot at this time determine a dollar limitation for each individual purchase under the BPA.






  1. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Circular 2023-05, September 22, 2023.






  1. The contractor will fill out the SF1449 which includes the pricing schedule on page 2; and submit the Reps and Certs report located in www.sam.gov. In addition, the contractor agrees to hold pricing for 30 calendar days from the date specified for receipt of quotes.






  1. Contractor shall provide a list of available properties with pricing as part of the proposal submission. Pricing shall include proposed monthly management, maintenance and set up costs as applicable






  1. Submission: Reference Solicitation Number:70FBR923Q00000061. The contractor will complete and submit the following in order to be considered for award:








    1. Offeror must have an active System for Award Management (SAM) registration by award date of the BPA (10/16/2023);

    2. Offeror must submit the attached pricing schedule (Attachment 11);

    3. Offeror must complete and submit the SF1449 to include: Business Name; Address; Phone Number; Point of Contact: Email Address; DUNS Number and/or Cage Code; and

    4. Offerors that are local to declared disaster DR-4724-HI counties shall submit a local address or proof of doing business in the declared disaster counties of Maui in the State of Hawaii during the last twelve (12) months.







Provisions at 52.212-2 Evaluation- Commercial Items





As a result of this combined synopsis/solicitation the Government intends to award a BPA to the responsible offeror(s) whose offer conforms to the synopsis/solicitation and have been considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





a. Offers are to be evaluated for Best Value on the basis of the following evaluation factors listed in descending order of importance: Technical, Past Performance and Price. Technical and Past Performance, when combined are approximately equal to cost or price.





b. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. To account for the option periods possible under 52.217-8 (maximum of six months), Options to Extend Services, the Government will evaluate the option to extend services by adding six months of the offeror’s final option period price to the offeror’s total price. This amount will be the total evaluated price. The Government may choose to exercise the Option to Extend Services at the end of any performance period (base or option periods). Prices for the base and option periods, including the 6-month option available under FAR 52.217-8, will be evaluated to ensure that they are fair and reasonable for performance of the requirements established in the solicitation and as proposed in the technical submission. The price for the effort associated with FAR 52.217-8 will not be included in the total awarded value at contract award. If, at the end of the contract’s/order’s period of performance (the end of the base period or any option period) and within the time period established in the clause, the Government chooses to exercise this option, the pricing will be pursuant to the rates specified in the contract for the preceding performance period.





c. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





d. Verification of SAM registration to include UEI and Reps and Certs (www.sam.gov);





e. Pricing Schedule (Attachment 11): In addition to the Technical and Past Performance evaluation, the Government will award a BPA to the offeror(s) who submits the price that has been determined fair and reasonable based on the services listed in the Statement of Work; in addition to providing all requested documents listed in Submission. Price evaluation will also be based on HUD FMR within a reasonable variance. Management fees, maintenance fees and set up costs will be evaluated based on average costs and historical data.





f. All eligible offerors may bid; however, in accordance with FAR 26.202, Local Area Preference under the Robert T. Stafford Disaster and Emergency Assistance Act, shall be given to the extent feasible and practicable, to local firms. For this requirement the Government has determined that there is a potential for local area participation; however, to solicit as a total local set-aside in the federally declared disaster area would be a mistake. It is in the Government’s best interest to solicit as Unrestricted.



g. The Government will utilize Contractor submitted information as well as information obtained from any other sources to include CPARS, FAPIIS and personal knowledge to review an offeror’s past performance. If the Government finds adverse past performance, the offeror will not be considered for award.







Evaluation Criteria and Basis for Award



The Government intends on awarding multiple Blanket Purchase Agreements as a result of this solicitation.



1. The Government intends to evaluate offers and award multiple Blanket Purchase Agreements without discussions. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint meeting the requirements outlined in the Statement of Work. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest priced offer; and waive informalities and minor irregularities in offers received.



2. The Government reserves the right to award a mix of BPAs to local offerors, small businesses, and offerors outside of the local disaster area if the Government deems it beneficial to accomplish this requirement.



Description of Agreement: This agreement is offered for the purchase of contract services as identified in the Statement of Work located in Maui and Hawaii Counties in the State of Hawaii. The Government is obligated only to the extent of authorized calls actually placed against resulting BPAs and shall not be liable in any manner in the event no calls are made. The period of performance shall be twelve (12) months from date of award with one (1) six (6) month option period. The Government anticipates making awards on or around October 16, 2023. A kickoff meeting will take place within 3 business days of award.





Service Area: Maui County, Hawaii





Questions: Offerors must submit questions not later than 2:00 p.m. (HT) on Friday, September 29, 2023. Please email your questions to Demetria.carter@fema.dhs.gov.



Quotes Due: Offerors must submit their required information not later than 2:00 p.m. (HT) on Friday, October 6, 2023. Please email proposals to Demetria.carter@fema.dhs.gov.


Attachments/Links
Contact Information
Contracting Office Address
  • N/A SAN FRANCISCO CA 94607
  • SAN FRANCISCO , CA 94107
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >