Federal Bid

Last Updated on 02 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

RV Maintenance

Solicitation ID 70FBR919Q00000049
Posted Date 17 May 2019 at 1 AM
Archive Date 02 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Region 6 : Emergency Preparedness A
Agency Department Of Homeland Security
Location United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The purpose of this requirement is to provide recreational vehicle maintenance services, specifically up to 99 travel trailers, for Federal Emergency Management Agency (FEMA), which is part of FEMA's temporary housing mission in response to California Wildfires under disaster declaration DR-4344- California. The solicitation number for this is 70FBR919Q00000049 and needs to be referenced on all proposal documentation submitted in response to this solicitation.
This solicitation is being issued as a request for proposal (RFQ) in accordance with Federal Acquisition Regulation Part 15. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $38.50M. This requirement is a [ local area ] set-aside and only qualified offerors may submit bids. The award of this contract under this solicitation will be on a Lowest Price Technically Acceptable (LPTA). The evaluation factors are:
Factor 1: Technical Approach
Factor 2: Past Performance
Factor 3: Price
Preference will be given to businesses located within the affected counties (Butte, Lake, Mendocino, Napa, Nevada, Orange, Sonoma, and Yuba)
The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for RV Maintenance services. The following wage determination shall be applicable to the resulting purchase order: Wage Determination Nos.: 15-5605; 15-5673; 15-5621; 15-5677; 15-5645; 15-5671 and 15-5659.
The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications.
52.226-3 - Disaster or Emergency Area Representation. (Nov 2007)
(a) Set-aside area. The area covered in this contract is: Butte, Lake, Mendocino, Napa, Nevada, Orange, Sonoma, and Yuba Counties as declared under DR-4344-CA.
(b) Representations. The offeror represents that it [ ] does [ ] does not reside or primarily do business in the set-aside area.
(c) An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months-
(1) The offeror had its main operating office in the area; and
(2) That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees.
(d) If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include-
(1) Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established;
(2) Current state licenses;
(3) Record of past work in the set-aside area(s) (e.g., how much and for how long);
(4) Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area;
(5) Percentage of the offeror's gross revenues attributable to work performed in the set-aside area;
(6) Number of permanent employees the offeror employs in the set-aside area;
(7) Membership in local and state organizations in the set-aside area; and
(8) Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements.
(e) If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation.
(End of provision)
52.226-4 - Notice of Disaster or Emergency Area Set-Aside. (Nov 2007)
(a) Set-aside area. Offers are solicited only from businesses residing or primarily doing business in Butte, Lake, Mendocino, Napa, Nevada, Orange, Sonoma, and Yuba Counties as declared under DR-4344-CA. Offers received from other businesses shall not be considered.
(b) This set-aside is in addition to any small business set-aside contained in this contract.
(End of provision)
52.226-5 - Restrictions on Subcontracting Outside Disaster or Emergency Area. (Nov 2007)
(a) Definitions. The definitions of the following terms used in this clause are found in the Small Business Administration regulations at 13 CFR 125.6(e): cost of the contract, cost of contract performance incurred for personnel, cost of manufacturing, cost of materials, personnel, and subcontracting.
(b) The Contractor agrees that in performance of the contract in the case of a contract for-
(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the Contractor or employees of other businesses residing or primarily doing business

This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of submitting the Quote.
The DHS Federal Emergency Management Agency requires the following item, Meet or Exceed, to the following:
LI 001: see SOW, Period of Performance: 05/20/2019 - 08/19/2019
Please fill in the table below with your price in accordance with the attached Statement of Work.
Quantity of Units with Maintenance Coverage/ Cost Per Unit Per Month/ Total Cost of Package
99 or less $ $

An electronic copy of the proposal shall be received no later than 2:00 pm PST on Saturday, May 18, 2019 to Demetria Carter at [email protected].

Bid Protests Not Available

Similar Past Bids

Louisiana Not Specified
Location Unknown 28 Nov 2017 at 6 PM
Location Unknown 01 Sep 2011 at 6 PM
Butler Pennsylvania 25 Jan 2017 at 3 PM
Texas 29 Apr 2014 at 7 PM

Similar Opportunities

Washington 11 Jul 2025 at 4 AM
Norfolk Virginia 01 Aug 2025 at 4 AM
Corpus christi Texas 22 Jul 2025 at 5 PM
Colorado 30 Jul 2025 at 4 AM (estimated)
Colorado 30 Jul 2025 at 4 AM (estimated)