Nothing Special   »   [go: up one dir, main page]

70FBR924R00000005 Pre+Solicitation ATTHU

Download as pdf or txt
Download as pdf or txt
You are on page 1of 13

FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)

Alternative Transportable Temporary Housing Units


(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
SECTION B - SUPPLIES OR SERVICES AND PRICE/COSTS

B.1 General Description


This is a full and open competitive, multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) type contract.
This contract will be issued in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of
Commercial Items; Part 15, Contracting by Negotiation, and Part 16.5, Indefinite Delivery Contracts, for Alternative
Transportable Temporary Housing Units (ATTHUs).

The Contractor shall manufacture the ATTHUs in accordance with the attached Performance Work Statement
(Attachment 1) and the FEMA provided Design Specification Packages and related appendices (Attachment 4).

B.2 Contract Type


Contract Type preference will be for a Firm Fixed Price. Orders shall be placed for defined requirements that are
fulfilled utilizing the awarded prices per CLIN.

Specific contract type for each order will be identified at the order level based upon the need, type and complexity of
the requirement, schedule, and regulatory guidance. In the event an order period of performance crosses ordering
periods as defined in section B, task order pricing for the entire order must comply with the price that is current at
the time the order starts. Blending of rates across ordering years is not permitted.

B.2 Price/Cost Schedule


Orders will be issued on a Firm-Fixed Price to include travel, transportation, installation, miscellaneous etc.

The items contained in the price lists and the schedule of this contract are the offerings that the Government
purchase under this IDIQ. Items may be added to the lists by mutual agreement of the parties.

See Attachment 2 ATTHU Pricing Sheet.

B.3 Minimum and Maximum Funding Limitation


Per FAR 52.216-22, “Indefinite Quantity” of this contract, the guaranteed contract minimum and maximum is the
amount to be purchased under this IDIQ to include the base and option periods.

a) The minimum guaranteed award amount for this multiple indefinite-delivery, indefinite-quantity (multiple
award IDIQ) contracts is a quantity of 10 ATTHUs per Contractor for the base period of this contract.
b) The specific technical and management solutions and associated quantities will be identified on each
delivery order issued under the base contract.
c) The maximum for this indefinite quantity contract (including options) shall be any quantity or combination
of supplies and services of the shared ceiling of $179,491,000.00.

B.4 Period of Performance


The period of performance and unit delivery requirements shall be stated on individual task orders.
The ordering period of the basic contract shall be one (1) year from date of award with four (4), one (1) year
optional ordering periods.

B.5 Identification of Government Officials

B.5.1 Government Officials Assigned to this Contract:


Primary FEMA Contracting Officers (COs) for the base IDIQ: Designated at time of Award.
Contracting Officer’s Representative (CORs) for the base IDIQ: Designated at time of Award.
Primary COs and CORs for Orders shall be designated and assign at the ordering level at time of award of orders.

B.5.2 Invoice Approval


The following FEMA individual (in addition to the Contracting Officer) is hereby delegated authority to accept
goods and services and to review and approve invoices for this contract:

Authorized Invoice Approver for: To be designated at the ordering level upon award.
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
B.6 Invoice Instructions
Invoices/vouchers shall be submitted to Finance-Vendor-Payments@fema.dhs.gov, and shall be submitted in
accordance with the requirements of FAR 52.212-4.

B.7 Performance Work Statement


See attached Performance Work Statement (Attachment 1) and the FEMA provided Design Specification Packages
and related appendices (Attachment 4).

B.8 Correspondence Procedures


To promote timely and effective administration, correspondence (except for invoices and reports) submitted under
this contract is subject to the following procedures:

(a) Subject Line(s) - All correspondence should contain a subject line, commencing with the contract number and
subject matter. An example is illustrated below:

SUBJECT: CONTRACT NO. (70FBR924R00000005), REQUEST FOR SUBCONTRACT CONSENT.

(b) Technical Correspondence - Technical correspondence (as used herein, this term excludes correspondence where
patent or proprietary data issues are involved or correspondence which proposes or otherwise involves waivers,
deviations, or modifications to the requirements, terms, or conditions of this contract) should be addressed to the
FEMA/Contract Specialist (CS), with an information copy of the correspondence to FEMA Contracting Officer
Representative (COR).

END OF SECTION B.

SECTION C – DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK


See Performance Work Statement (Attachment 1) and the FEMA provided Design Specification Packages and
related appendices (Attachment 4).

END OF SECTION C.

SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS OR RESPONDENTS

FAR 52.212-1 Instruction to Offerors-Commercial Products and Commercial Services (SEP 2023)
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS
code(s) and small business size standard(s) for this acquisition appear elsewhere in the solicitation. However, the
small business size standard for a concern that submits an offer, other than on a construction or service acquisition,
but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150
employees for information technology value-added resellers under NAICS code 321991, if the acquisition—
(1)Is set aside for small business and has a value above the simplified acquisition threshold;
(2)Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the
price evaluation preference; or
(3)Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or
women-owned small business set-aside or sole-source award regardless of dollar value.
(b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before
the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as
otherwise specified in the solicitation. As a minimum, offers must show—
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the
requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
(8) A completed copy of the representations and certifications at Federal Acquisition Regulation
(FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete
electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant
contracts for the same or similar items and other references (including contract numbers, points of contact with
telephone numbers and other relevant information); and
(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement
with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required
representations or information, or reject the terms and conditions of the solicitation may be excluded from
consideration.
(c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 180 calendar days
from the date specified for receipt of offers, unless another time period is specified in an addendum to
the solicitation.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the
time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted
at no expense to the Government, and returned at the sender’s request and expense, unless they are destroyed during
preaward testing.
(e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and
conditions, including alternative line items (provided that the alternative line items are consistent with
FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of
this solicitation. Each offer submitted will be evaluated separately.
(f) Late submissions, modifications, revisions, and withdrawals of offers.
(1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to
reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is
specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the
date that offers or revisions are due.
(2)
(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office
designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered
unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not
unduly delay the acquisition; and-
(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it
was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one
working day prior to the date specified for receipt of offers; or
(B) There is acceptable evidence to establish that it was received at the Government installation
designated for receipt of offers and was under the Government’s control prior to the time set for receipt of offers; or
(C) If this solicitation is a request for proposals, it was the only proposal received.
(ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable
to the Government, will be considered at any time it is received and may be accepted.
(3) Acceptable evidence to establish the time of receipt at the Government installation includes the
time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the
installation, or oral testimony or statements of Government personnel.
(4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be
received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and
urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the
closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified
in the solicitation on the first work day on which normal Government processes resume.
(5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt
of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes
facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt
of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be
withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers,
the identity of the person requesting withdrawal is established and the person signs a receipt for the offer.
(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and
award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
best terms from a price and technical standpoint. 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 offer; and waive informalities and minor irregularities
in offers received.
(h) Multiple awards. The Government may accept any item or group of items of an offer, unless
the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be
submitted for quantities less than those specified. The Government reserves the right to make an award on any item
for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in
the offer.
(i) Availability of requirements documents cited in the solicitation.
(1)
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR
Part 101–29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the
ASSIST website at https://assist.dla.mil.
(ii) If the General Services Administration, Department of Agriculture, or Department of Veterans
Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in
this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision.
(2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website
at https://assist.dla.mil.
(3) Defense documents not available from the ASSIST website may be requested from the Defense
Standardization Program Office by—
(i) Using the ASSIST feedback module ( https://assist.dla.mil/feedback); or
(ii) Contacting the Defense Standardization Program Office by telephone at 571–767–6688 or email
at assisthelp@dla.mil.
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their
preparation, publication, or maintenance.
(j) Unique entity identifier.(Applies to all offers that exceed the micro-purchase threshold, and offers at or
below the micro-purchase threshold if the solicitation requires the Contractor to be registered in the System for
Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of
its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies
the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if
applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the
discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see
FAR subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the
entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one.
The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated
at www.sam.gov for establishing the unique entity identifier.
(k) [Reserved]
(l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the
following information, if applicable:
(1) The agency’s evaluation of the significant weak or deficient factors in the debriefed offeror’s offer.
(2) The overall evaluated cost or price and technical rating of the successful and the
debriefed offeror and past performance information on the debriefed offeror.
(3) The overall ranking of all offerors, when any ranking was developed by the agency during source
selection.
(4) A summary of the rationale for award;
(5) For acquisitions of commercial products, the make and model of the product to be delivered by the
successful offeror.
(6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-
selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were
followed by the agency.

(End of provision)

L.1 Instructions to Offerors for the Preparation of Proposals


The Offerors submittals shall illustrate their approach for satisfying the requirements of this solicitation. Proposals
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
must be clear, coherent, and prepared in sufficient detail for effective evaluation of the Offerors proposal against
the evaluation criteria. Also, this documentation shall cover all aspects of this solicitation. Proposals must clearly
demonstrate how the Offerors intend to accomplish the project.

The following instructions are for the preparation and submission of proposals. The purpose of this section is to
establish requirements for the format and content of proposals so that proposals contain all essential information
and can be evaluated equitably. Offerors are instructed to read the entire solicitation document, including all
attachments, prior to submitting questions and/or preparing your offer. Omission of any information from the
proposal submission requirements may result in rejection of the offer.

- Offerors are expected to follow the detailed proposal preparation instructions fully and carefully. The
Government will rely on the information provided by the Offerors to evaluate the proposals. It is therefore,
imperative that Offerors carefully follow the instructions set forth below and submit their proposals in the format
and with the content specified below, providing all requested information.

- Proposals that fail to provide information in the format requested may be found unacceptable and may be
rejected without further consideration if the Contracting Officer determines that a significant revision or
addendum to the Offerors proposal would be required to permit further evaluation, and especially if the
incompleteness of the proposal or errant formatting of the proposal appears to be due to a lack of diligence or
competence of the Offerors.

- The instructions provided have been specifically tailored to the evaluation factors to be applied during
proposal evaluation. They are designed to ensure the submission of information essential to the understanding and
comprehensive validation and evaluation of proposals. Clarity and completeness are of utmost importance to the
proposal. The relevance and conciseness of the proposal is important.

- Period for acceptance of offers: The proposal shall be valid for one hundred and eighty (180) calendar days
from the proposal due date.

L.2 Late submissions, modifications, revisions, and withdrawals of offers.


Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals by the time and date
specified in the solicitation.

Any offer, modification, revision, or withdrawal of an offer received by the Government after the exact time and
date specified for receipt of offers is “late” and will not be considered.

L.3 Evaluation Methodology


The Government will be using a Two-Phase Solicitation Approach. Phase I will be submitted as a written proposal
and will include Factor One (1), Plant Production Information, Factor Two (2), Plant Production Information –
Supplemental Information and Factor Three (3), ATTHU Delivery and Installation Approach. Phase II will be a
combination of oral presentation and written proposal and will include Factors Four (4), Oral Presentation and
Factor Five (5), Past Performance and Factor Six (6), Price.

Phase I: Requires Offeror to submit documentation and information that is readily available to Offerors who are in
the business of producing housing units that are built in compliance with the International Code Council/Modular
Building Institute (ICC/MBI) 1200-2021 addresses the facets of the off-site construction process including:
planning; designing; fabricating; transporting; and assembling commercial and residential building elements.
Phase I will involve the submission of written responses and documentation, in accordance with the requirements of
Factor One (1), Plant Production Information, Factor Two (2), Plant Production Information – Supplemental
Information and Factor Three (3), ATTHU Delivery and Installation Approach below. Upon evaluation of Phase I
submission, the Contracting Officer will conduct an Advisory Notification, described in detail below. Only those
offerors whom the Government is confident will be able to meet the requirements will be advised to proceed to
Phase II.

Phase II: Phase II will consist of the presentation and evaluation of Factor Four (4), Oral Presentation, submission,
and evaluation of Factor Five (5), Past Performance and Factor Six (6) Price.
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005

Proposal Parts: Each phase and factor are summarized below.

Phase I:
Factor One (1) - Plant Production Information (written)
Factor Two (2) – Plant Production Information – Supplemental Information (written)
Factor Three (3) – ATTHU Delivery and Installation Approach (written)

Advisory Notification

Phase II:
Factor Four (4) – Virtual Oral Presentation
Factor Five (5) - Past Performance (written)
Factor Six (6) - Price (written)

L.4 Phase I:

Phase I requires Offerors to submit written proposal under Factor I Plant Production Information

The Offeror's technical approach shall demonstrate an understanding of the requirements and provide the techniques
and procedures that will be used to satisfy the requirements in a timely and cost-effective manner. Offerors shall
demonstrate their understanding of the requirements stated in the Performance Work Statement (PWS). All
information shall be clearly identified so that the government does not have any question as to the relationship
between the Offeror, the proposed plant, and the information that is requested.:

Factor One (1): Plant Production Information Proposal Submittal Requirements:

1. Did the Offeror provide a list of plants that the Offeror proposes to use to build Modular homes for
FEMA?
2. Did the Offeror provide a copy of their current plant Production Quality Control and Monitoring Manual,
including the production and inspection process descriptions; organizational chart and position titles used
in the manual; accountable personnel; materials receiving and inspection procedures; training program;
internal audits; test procedures; special quality control procedures for insulation, vapor barrier, adhesives,
and roof trusses, for each proposed plant?
3. Did the Offeror provide a copy of any third-party plant certifications, inspections or audits for each plant
proposed, in accordance with section 401.1 of the applicable ICC1200/ 1205 Third Party Review and
Inspection Agency?
4. Offeror has demonstrated it has provided the state or third-party inspection agency with a signed document
that allows the state or third-party inspection agency to inspect the manufacturing plants, products and
building sites at a reasonable time without prior announcement.

Factor Two (2) Plant Production Information - Supplemental Information: lant Production Information –
Supplemental Information is required to be submitted. This supplemental information is required for each proposed
plant included in Factor 1, Plant Production Information.
Plant Production Information – Supplemental Information Proposal Submittal Requirements:

1. Did the Offeror provide the names and contact information (phone number and email address) of the
General Manager for each proposed plant?
2. Did the Offeror provide the names and contact information (phone number and email address) of the
Production Manager for each proposed plant?
3. Did the Offeror provide the names and contact information (phone number and email address) of the
Assistant Production Manager for each proposed plant?
4. Did the Offeror provide the names and contact information (phone number and email address) of the
Quality Assurance Manager for each proposed plant?
5. Did the Offeror provide the names and contact information (phone number and email address) of the
Service Manager for each proposed plant?
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
6. Did the Offeror provide a resume for the General Manager?
7. Did the Offeror provide a resume for the Production Manager?
8. Did the Offeror provide a copy of the plant layout for each proposed plant?
9. Did the Offeror provide a copy of the traveler or other documentation that is used by the plant.
10. If the Offeror’s company is not the owner or subsidiary of the plants whose information is provided in the
proposal then did the Offeror provide a fully executed copy of any partnership, teaming or other agreement
which guarantees the Offeror the use of the plants proposed?

Factor Three (3): ATTHU Delivery and Installation Approach:

1. Does the Offerors company experience address how it will successfully perform each area as stated in the
PWS?
2. Did the Offeror provide an explanation of the relationship between the Offeror and the proposed ATTHU
installer?
3. Did the Offerors proposal provide a specific and adequate approach to meet or exceed all the requirements
in the PWS?
4. Does the Offerors proposal give a clear indication that it will meet or exceed all PWS requirement?
5. Does the Offeror proposed production, delivery and installation schedule give clear indication that it will
meet or exceed all contract timelines?
6. Does the Offeror provide an installation quality control plan that demonstrates the successful install of all
units with all applicable laws, regulations and permits and describe how they will employ and document
the quality control and monitoring over the program to meet the PWS requirements?
7. Does the Offeror proposed staffing plan demonstrate its ability to employ the local workforce to the
maximum extent practicable?

Advisory Notification: After the Government completes evaluation of Phase I submissions, Offerors will receive
an advisory notification via email from the Contracting Officer. The Government does not intend to conduct
discussions under Phase I.

Offerors whom the Government has confidence can meet the requirements, based on the evaluation of Factor 1,
Plant Production Information, Factor 2, Plant Production Information – Supplemental and Factor 3, ATTHU
Delivery and Installation Approach Information will be advised to proceed to Phase II. Offerors that are most highly
rated will receive the Phase II Oral Presentation proposed date, and the proposal due date for Factor 5, Past
Performance and Factor 6, Price in the advisory notification. It is anticipated that Phase II oral presentations will
begin two (2) weeks from the date of the advisory notification. Phase II submissions will be due prior to oral
presentations.

Offerors whom the Government does not have confidence can meet the requirements, based on the evaluation of
Factor 1, Plant Production Information, Factor 2 Plant Production Information – Supplemental Information and
Factor 3 ATTHU Delivery and Installation Approach, will be advised not to proceed to Phase II. Offerors who were
not among the most highly rated will be advised that they are unlikely to be viable competitors, along with the
general basis for that opinion. The intent of this advice is to minimize proposal development costs for those Offerors
with little chance of receiving an award. This will be a recommendation only and discontinuing the pursuit of the
requirement following the notification is voluntary. The Government does not intend to provide debriefings after the
completion of the advisory down select notifications. Failure to participate in Phase II precludes further
consideration of an Offeror. Offerors that are not rated most highly and advised that they are unlikely to be viable
competitors and still choose to proceed to Phase II, shall send an email within 2 business days after the receipt of the
advisory notification indicating intent to participate in Phase II.

Offeror submissions for Phase II will not be accepted from Offerors who have not submitted Phase I requirements
by the due date and time provided for in this solicitation.

Phase II

Factor Four (4): Virtual Oral Presentation - Technical Approach and Management Capability: The Offeror’s oral
presentation shall provide the Government an understanding of the Offeror’s proposed technical approach and
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
management capability for the manufacturing of ATTHUs for the Government. The virtual oral presentation shall
address the approach, plans, and resources necessary to satisfy the Performance Work Statement requirements. The
Offeror shall provide, in the technical approach, sufficient information to substantiate the Offeror’s proposed
approaches, plans, and resources for satisfying the scope of the requirement. The Offeror will introduce its proposed
management team in the context of its proposed management framework and will describe the roles and
responsibilities of each team member. The personnel shall demonstrate their understanding of the Performance
Work Statement and the technical and management approach necessary to meet FEMA’s disaster housing program
needs. Personnel shall demonstrate how their experience and qualifications demonstrate their ability to successfully
meet the requirements of the solicitation and Performance Work Statement. The Government will provide the
Offeror with a set of questions at the beginning of the virtual oral presentation and allow the Offeror to caucus for
60 minutes prior to delivering the response.

Exchanges with Offerors during the Oral Presentations: The Government intends for the virtual oral
presentation to be an interactive dialogue between the Offeror and the Government. These exchanges are viewed as
a component of the virtual oral presentation itself and do not constitute discussions.

Location: Virtual oral presentations will be held remotely. The order in which Offerors are scheduled for virtual
oral presentations will be selected by the Government. The presentation may be recorded by the Government.

Offeror Oral Presentation Participants: At least one (1), and no more than two (2), non-plant offeror management
representatives are required to participate in the oral presentation. During the Advisory Notification process, the
government will identify the plant from which the government requires participation during the oral presentation
process. From this plant, the government will identify the personnel required to participate in the oral presentation.
These personnel may include, but are not limited to:

General Manager Production Manager Assistant Production Manager Quality Assurance Manager Purchasing
Manager Service Manager

Representative(s) from non-plant Offeror management may be present; however, the production facility staff shall
be present and answer questions.

No more than seven (7) total Offeror participants shall attend the oral presentation. Participants must be an
employee of the Prime Offeror and/or the manufacturing facility. Offerors shall provide the Contracting Officer
with the name, e-mail address, phone number, present employer/company, resume, and proposed role under the
contract of the Offeror Participants for the virtual oral presentation as part of its Phase II submission. If the required
personnel do not participate in the virtual oral presentation, the offer may be rejected.

Format for Oral Presentation: The Government intends for the virtual oral presentation to proceed as follows:

Oral Presentation Portion Oral Presentation Component Total Time Allotment


Parts
1 Introductions and Rules of Not specified
Engagement
2 The Offeror shall present its oral Up to 60 Minutes
virtual oral presentation.
3 The Government will caucus Up to 60 Minutes
separately prior to interactive
dialogue.
4 The Government and Offeror will Up to 60 Minutes
participate in an interactive
dialogue related to the information
presented by the Offeror during
the oral presentation.
5 FEMA holds a caucus to discuss As much time as FEMA needs not
Offeror’s proposal to exceed the time the production
facility closes.
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
6 FEMA departs. Not specified

Recording: The Government reserves the right to record portions of the virtual oral presentation.

Rules of Engagement for Virtual Oral Presentations:

The Government intends to only ask questions about information contained in the PowerPoint Slides for the Virtual
Oral Presentation and information presented during the virtual oral presentation itself.

Oral presentation shall be prepared and delivered using Microsoft PowerPoint or other similar slideshow and
presentation software, such as Google Slides. Offerors have discretion on the format, organization and conduct of
the presentation, with the exception that no video clips may be embedded or utilized during the presentation. All
required Personnel should participate in the presentation. Unnecessarily elaborate presentations – beyond those
sufficient to present a complete and effective response to this solicitation – are not desired.

1. Offerors presentations should not duplicate material presented in Phase I.


2. Only the required personnel identified by government, and up to two (2) non-plant offeror management
personnel, are allowed to attend the oral presentation.
3. It is the Offeror’s responsibility to present all material within the allotted time and only those materials
presented during the allotted time for the oral presentation will be considered in the evaluation. Offerors
should discuss each slide in its presentation in sufficient detail and allow sufficient time for the
Government to fully comprehend the slide’s relationship and relevance to the Offeror’s proposal.
4. It is the responsibility of the offeror to ensure that it has all required information technology (IT)
infrastructure in place necessary to complete the virtual oral presentation. Offerors are encouraged to test
connections and presentation capabilities prior to the oral presentation. Virtual oral presentations may not
be extended or rescheduled due to connectivity or IT issues determined to be within the Offeror’s control.
5. The Government intends for the virtual oral presentation to be an interactive exchange between the Offeror
and the Government. These exchanges are viewed as a component of the virtual oral presentation itself and
do not constitute discussions. The Government will not ask questions that will invite or allow the Offeror
to change its offer. The Offeror shall not volunteer any information that might be construed as changing its
offer. Virtual Oral presentations are distinct from the Government’s reserved right to conduct discussions.
6. The Offeror is in control of its presentation and may choose not to present or respond to any question
provided by the Government.
7. The Offerors participants shall not reach back, by telephone, e-mail or any other means, to any other
personnel or persons for assistance during the oral presentation.

Factor Five (5): Past Performance Proposal Submittal Requirements

A written past performance submission is required (See Attachment 6: Past Performance Questionnaire). The
Offeror must provide up to five (5) relevant references (maximum three (3) pages for each reference, fifteen (15)
total pages). Past Performance shall be recent, within the last three (3) years, and relevant to the requirements of this
solicitation.

For the purpose of this requirement, “Past Performance” is defined as the Offeror’s performance (how well they
performed) on active (to the extent completed) and completed contracts, projects, jobs, and endeavors. This includes
the past performance of the prime Offeror and any proposed subcontractor for this effort.

It is the responsibility of the Offeror to ensure the point-of-contact for each reference is available to be reached by
phone during the days immediately following the past performance submission.

Factor Six (6): Price Proposal Submittal Requirements

Offerors shall submit a completed Attachment 1 - ATTHU Pricing Spreadsheet. Alternative price proposals
submittals will not be accepted, and price volumes failing to meet or comply with price proposal instructions may
be deemed noncompliant. Offerors must use Attachment 1 – ATTHU Pricing Spreadsheet. Estimated quantities are
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
for evaluation purposes only. The unit price is fixed. The Option to Extend Services (FAR 52.217-8), allows the
contract to be extended up to six months.

Offerors shall not include six-month pricing in their price proposals. If FEMA exercises 52.217-8, existing pricing
for the 12- month period of performance will be used.

Submission of Proposals: All proposals shall be delivered to FEMA electronically at the following email address:
fema-dr-4724-hi-atthu@fema.dhs.gov on April 5, 2024 2pm Eastern Standard Time (EST). Physical copies of
proposals will not be accepted.

Proposal Submission Format: Electronic submissions shall be formatted such that, if printed, paper size shall be 8
1/2 by 11-inch white paper with printing on one (1) side only, using Times New Roman or Arial type, 12-point font.
No reduction is permitted except for organization charts or other graphic illustrations, or in headers/footers. Offerors
shall ensure that the print is easily readable; no less than 8-point font on graphs and 10-point font on tables. Each
page shall have adequate margins on each side (at least one (1) inch) of the page. Header/footer information (which
does not include any information to be evaluated) may be included in the 1" margin space. Pages that exceed the
maximum page limitation will not be evaluated.

For the electronic copy of the proposal, each file shall be submitted in Adobe PDF format. It is the sole
responsibility of the Offerors to ensure that the electronic media submitted is virus-free and can be opened and read
by the Government.

The deadline for submission of the electronic copy of the proposal is firm. As the closing date and time draws near,
heavy traffic on the web server may cause delays. Offerors are strongly encouraged to plan ahead and leave ample
time to prepare and submit their proposals. The electronic copy of the proposal will constitute the official copy for
timely receipt.

Hand Delivered Submissions: Hand delivered, mailed, commercial delivery service, delivery by courier and
facsimile submissions, modifications, or withdrawals of proposals will not be accepted or evaluated. All proposals
must be submitted electronically in accordance with the requirements of this solicitation.

Questions: Any questions regarding this solicitation must be submitted via email/electronic to the Contracting
Officer at fema-dr-4724-hi-atthu@fema.dhs.gov no later than 12 noon. EST on March 29, 2024. The Offerors must
include the company name and solicitation number in the subject line of the email. FEMA will not attribute any
question(s) asked to the submitting Offeror(s).

The Government recommends that the Offeror ensures that questions are written to enable a clear understanding as
to the Offeror’s issues or concerns with the referenced area of the solicitation.
Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries or comments for this
purpose and will not receive a response from the Government.

Answers to questions may be provided to all prospective Offerors, giving due regard to the proper protection of
proprietary information. To receive responses to questions, Offerors shall cite, at a minimum, the section,
paragraph, number, and page number in the format shown below. Further, Offerors are reminded that FEMA will
not address hypothetical questions aimed toward receiving a potential “evaluation decision” from FEMA.
When submitting questions and comments, please refer to the specific text of the RFQ in the following format:
Email “subject line” shall read:

RFP No.: 70FBR924R00000005 – Questions Submitted (Contractor Name)

Questions shall be submitted using the Solicitation Comment and Question Matrix (Attachment 7)

If a question reflects a change in a solicitation document, that document may be updated directly, however, any
other government response to a question is provided as a courtesy only and does not change or amend anything
further.
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005

If amendments to the solicitation are issued, all Offerors must acknowledge the amendments by signing the
accompanying Standard Form 30 and returning the signed Standard Form 30 for all amendments issued with the
Offeror’s proposal submission. Failure to acknowledge all amendments issued by the Government may result in the
proposals submitted in response to the solicitation being found non-responsive by the Government.

52.212-2 Addendum

Evaluation of Offers: The Government intends to award a contract to responsible Offerors whose proposals
represent the best value to the Government. The basis for award will be made to the most highly rated technical
proposals with Fair and Reasonable Price and Realistic Cost that present the best value to the Government. This
acquisition uses the policies of FAR Part 12, Acquisition of Commercial Items, in conjunction with the portions of
the policies and procedures of FAR Part 15, Contracting by Negotiation. The Government intends to evaluate
proposals and make award without discussions; therefore, the Offeror’s initial proposal should contain the Offeror’s
best terms. After receipt of Phase I and Phase II proposals, the Government will conduct an evaluation. However,
during the evaluation process, the Government may, solely at its discretion, communicate with an Offeror for
clarification purposes. At any time prior to selection, including upon receipt of proposals, the Government may
exclude a proposal from further consideration for any material failure to follow instructions, including the omission
of required information.

Although the Government intends to evaluate proposals and make award without discussions, the Government
reserves the right to hold discussions. The Government considers Phase I and Phase II to be separate and distinct for
the purpose of conducting discussions. If the Government determines that discussions are necessary under Phase II,
the Government will establish a competitive range consisting of the most highly rated proposals and will conduct
discussions with only those Phase II offerors. After the close of discussions, the Government will establish a
common cut-off date for submission of proposal revisions.

The Government will evaluate Offeror’s proposal submissions based on the following evaluation factors:

Phase I:

Factor 1 – Plant Production Checklist


Factor 2 – Plant Production Checklist – Supplemental Information
Factor 3 – ATTHU Delivery and Installation Approach

Phase II:

Factor 4 – Virtual Oral Presentation


Factor 5 – Past Performance
Factor 6 – Price. There will be no tradeoff between any of the Technical Factors and Price, and no relative
weighting between the non-Price Factors and the Price Factor.

Phase I – Factor 1: Plant Production Information: The evaluation is based on the Offeror’s submission compliance
of all required documents and the Government’s confidence based on the Offeror’s submission that the Offeror can
successfully provide Modular Homes that are compliant with International Code Council/Modular Building Institute
(ICC/MBI) 1200-2021 addresses the facets of the off-site construction process including: planning; designing;
fabricating; transporting; and assembling commercial and residential building elements. The Government will use
the below checklist to assist in evaluating Factor 1 – Plant Production Information as well as the information
contained in the documentation to determine the Offeror’s Confidence rating for this factor.

Number Question Yes No


1 Did the Offeror provide a list of plants that the Offeror proposes to use to
build Modular homes for FEMA?
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
2 Did the Offeror provide a copy of their current plant Production Quality
Control and Monitoring Manual, including the production and inspection
process descriptions; organizational chart and position titles used in the
manual; accountable personnel; materials receiving and inspection
procedures; training program; internal audits; test procedures; special
quality control procedures for insulation, vapor barrier, adhesives, and
roof trusses, for each proposed plant?
3 Did the Offeror provide a copy of any third-party plant certifications,
inspections or audits for each plant proposed, in accordance with section
401.1 of the applicable ICC1200/ 1205 Third Party Review and
Inspection Agency?
5 Offeror has demonstrated it has provided the state or third-party
inspection agency with a signed document that allows the state or third-
party inspection agency to inspect the manufacturing plants, products and
building sites at a reasonable time without prior announcement.

Phase I – Factor 2: Plant Production Information – Supplemental Information: The evaluation is based on the
Offeror’s submission compliance of all required documents and the Government’s confidence based on the
Offeror’s submission that the Offeror can successfully provide Modular Homes that are compliant with
International Code Council/Modular Building Institute (ICC/MBI) 1200-and Regulations as well as FEMA’s
requirements. The Government will use the below checklist to assist in evaluating Factor 2 – Plant Production
Information – Supplemental Information as well as the information contained in the documentation to determine the
Offeror’s Confidence rating for this factor.

Number Question Yes No


1a Did the Offeror provide the names and contact information (phone
number and email address) of the General Manager for each proposed
plant?
1b Did the Offeror provide the names and contact information (phone
number and email address) of the Production Manager for each
proposed plant?
1c Did the Offeror provide the names and contact information (phone
number and email address) of the Assistant Production Manager for
each proposed plant?
1d Did the Offeror provide the names and contact information (phone
number and email address) of the Quality Assurance Manager for
each proposed plant?
1e Did the Offeror provide the names and contact information (phone
number and email address) of the Service Manager for each proposed
plant?
2a Did the Offeror provide a resume for the General Manager?
2b Did the Offeror provide a resume for the Production Manager?
3 Did the Offeror provide a copy of the plant layout for each proposed
plant?
4 Did the Offeror provide a copy of the traveler or other documentation
that is used by the plant.
5 If the Offeror’s company is not the owner or subsidiary of the plants
whose information is provided in the proposal then did the Offeror
provide a fully executed copy of any partnership, teaming or other
agreement which guarantees the Offeror the use of the plants
proposed?

Phase II – Factor 4 – Virtual Oral Presentation: Virtual Oral presentations will be the ability of the Offeror to
meet or exceed the requirements of the RFP based on an evaluation of the Offeror’s responses to a standard set of
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Alternative Transportable Temporary Housing Units
(ATTHU)
REQUEST FOR PROPOSAL (RFP) 70FBR924R00000005
questions provided during the virtual oral presentation. Team dynamics of the required personnel and the up to two
(2) additional participants may also be evaluated during the virtual oral presentation.

Phase II – Factor 5: Past Performance: The Government will assess its confidence that the offeror can
successfully perform the requirements of the solicitation based on the projects submitted in response to this factor,
project POC reference input, and other past performance information available to the Government. The Government
will not restrict its consideration to the information provided in the proposal and may consider any other available
information available in the federal government’s Contractor Performance Assessment Reporting System (CPARS)
and/or first-hand knowledge. Consideration may be given to: (1) Quality of services provided, (2) Cost control, (3)
Schedule/timeliness, (4) Management, and (5) Business relations/Customer Service of the offeror’s past
performance. The Offeror will not be evaluated either favorably or unfavorably if it lacks relevant past performance.

Phase II – Factor 6: Price: The Government will establish a “total evaluated price” based on a completed
Attachment 1 – ATTHU Pricing Spreadsheet. It is anticipated that pricing and award of this acquisition will be
based on adequate price competition. Completion of the price templates is necessary for a full evaluation of an
Offeror’s proposal. The “total evaluated price” will be evaluated for price reasonableness through comparison with
other proposed prices and may include other price analysis techniques. The price proposal will not be given a rating.

Rating Scales

Rating Scale for Factors 1-3: The Government will assess the level of confidence that the offering contractor will
successfully perform all requirements in regard to the Plant Production Checklist, Plant Production Checklist –
Supplemental Information, Virtual Oral Presentation. The ratings will also be used to provide an overall technical
rating for the proposal. The following table shows the ratings that will be used:

Rating Description
High Confidence The Government has high confidence that the Offeror understands the
requirement, proposes a sound approach, and will be successful in performing the
contract with little or no Government intervention.
Some Confidence The Government has some confidence that the Offeror understands the requirement,
proposes a sound approach, and will be successful in performing the contract with some
Government intervention.
Low Confidence The Government has low confidence that the Offeror understands the requirement,
proposes a sound approach, and will be successful in performing the contract even with
Government intervention.

Rating Scale for Past Performance - Factor 5: The Government will assess the level of confidence that the
offering contractor will successfully perform all requirements in regard to the past performance presented.
The following table shows the ratings that will be used for Factor 5:

Rating Description
High Confidence The Government has high confidence that the Offeror understands the
requirement, proposes a sound approach, and will be successful in performing the
contract with little or no Government intervention.
Some Confidence The Government has some confidence that the Offeror understands the requirement,
proposes a sound approach, and will be successful in performing the contract with some
Government intervention.
Low Confidence The Government has low confidence that the Offeror understands the requirement,
proposes a sound approach, and will be successful in performing the contract even with
Government intervention.
Neutral An offeror without relevant past performance, or for whom information on past
performance is not available, will be given a neutral rating.

You might also like