National Clinical Vaccination Staffing Service
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Jan 04, 2023 05:41 pm EST
- Original Published Date: Dec 08, 2022 08:39 am EST
- Updated Date Offers Due: Jan 13, 2023 05:00 pm EST
- Original Date Offers Due: Jan 10, 2023 05:00 pm EST
- Inactive Policy: Manual
- Updated Inactive Date: Mar 01, 2023
- Original Inactive Date: Mar 01, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Q201 - MEDICAL- GENERAL HEALTH CARE
- NAICS Code:
- 541990 - All Other Professional, Scientific, and Technical Services
- Place of Performance: USA
Description
UPDATE ON 1/4/2023: The following updates are posted for RFP 70FB8023R00000002:
- Questions and Answers posted: Final as of 1/4/2023
- Updated RFP - per questions and answers
- Updated SOW - per questions an answers
- Updated Pricing Template - per questions and answers
Please note the following rrequirement has been added to the Phase II Business Proposal : Disclosure Statement (for Cost Accounting System CAS)): https://www.ecfr.gov/current/title-48/chapter-99/subchapter-B/part-9903/subpart-9903.2/section-9903.201-3: To be submitted with your Phase II proposal. It is important to note that the prior to award, the selected vendor
will have to submit a pre-award accounting system survey.
NOTE: The due date for Phase I proposals has been changed to Friday, January 13, 2023. All other due dates for Phase II remain the same.
UPDATE ON 1/3/2023: Answers to questions are expected to be posted by close of business today, January 3, 2023.
The Federal Emergency Management Agency (FEMA) leads the nation in preventing, preparing for, responding to, and recovering from the adverse effects emergencies and disasters create, by supporting our communities' ability to withstand adversity, strengthening our resilience and response systems, and enhancing readiness. FEMA provides resources to its federal partners to enable effective response to emergencies and catastrophic events, which overwhelm the capacity of state and local emergency systems. In alignment with President Biden’s “National Strategy for the COVID-19 Response and Pandemic Preparedness, January 2021” FEMA is supporting federal, state, local, tribal and territorial (“SLTT” or “state”) partners to assist, augment and expedite COVID-19 vaccinations in the United States. Federally and state-managed vaccination sites’ capability will vary by community need. Vaccination administration for this statement of work can be both active and passive immunizations. Active immunizations include the administration of the COVID-19 vaccine and passive immunization includes monoclonal antibody (mAb) administration in all forms.
The purpose of this contract is to obtain contractor-managed licensed medical professionals for COVID-19 vaccine administration in support of federal assistance to state, local, tribal, and territorial (SLTT) partners in response to all Major Disaster Declarations for the COVID-19 Pandemic, in accordance with section 403 of the Robert T. Stafford Act, the public health emergency declared on January 31, 2020 pursuant to section 319 of the Public Health Service Act, 42 U.S.C. 247d, and the Public Readiness and Emergency Preparedness Act (PREP Act) Declaration issued on February 4, 2020 and all subsequent amendments.
The federal government will support SLTT vaccination programs by providing resources for pre-existing state or local facilities and/or establishing new federally operated facilities. Facilities will be established as fixed facility, drive-through facility, or as a mobile vaccination clinic. Site selection for vaccination sites will be needs based, data driven, and in support of SLTT requests.
FEMA intends to award up to two (2) zoned Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. One IDIQ contract will be awarded per zone, as explained below. Both single-award IDIQ contracts will include Time and Material (T&M) contract line-item numbers (CLINS) and FEMA anticipates issuing T&M task orders off the single-award IDIQ contracts.
Each contract will cover a distinct geographic zone to facilitate rapid response to states’ requests anywhere within the United States and its territories. One contract will be awarded for each Zone. (Zone East: FEMA Regions I-5; Zone West: FEMA Regions 6-10).
NOTE: Only IDIQ 2 contracts will be awarded: One contractor will cover the EAST zone and the other will cover the WEST zone.
INSTRUCTIONS: This competition will be conducted in two phases: Phase I and Phase II. Offerors must participate in Phase I in order to be eligible to participate in Phase II. See RFP# 70FB8023R00000002 for all instructions pertaining to this competition.
- Questions (for Phase I and II) are due on: December 16, 2022,
- Phase I proposals are due on: January 10, 2023,
ADVISORY NOTIFICATION: after the Government completes evaluation of Phase I submission (Factor 1), Offerors will receive an advisory notification via email from the Contracting Officer. Offerors who have the most competitive proposals for Corporate Experience will be advised to proceed to Phase II. See Section L of the RFP for additional information
- - Phase II proposals are due on: January 31, 2023,
SUBMISSION INFORMATION: The following information shall be submitted in response to this RFP:
- QUESTIONS TEMPLATE (See RFP Attachment 6):
- PHASE I: Corporate Experience (see RFP, Section L of the RFP for instructions)
- PHASE II: (Staffing & Management Approach and Past Performance)
- RFP - Attachment 1 - Statment of Work (SOW)
- RFP - Attachment 2 - Pricing Template
- RFP - Attachment 3 - (Clause 52.204-24 (contains fill-ins))
- RFP - Attachment 4 - (Clause 52.204-26 (contains fill-ins))
- RFP - Attachment 5 - Statement of Contractor Assurance
- RFP - Attachment 6 - Questions Template
- RFP - Attachment 7 - Past Performance Questionnaire (PPQ) - See RFP, Section L for instructions
- RFP - Attachment 8 - Wage Determinations
See the Attached Statement of Work (with Attachments) and RFP# 70FB8023R00000002 (with attachments) for information pertaiing to this requirement.
Attachments/Links
Contact Information
Contracting Office Address
- 500 C STREET SW 3RD FLOOR
- WASHINGTON , DC 20472
- USA
Primary Point of Contact
- Sharon Edwards
- sharon.edwards3@fema.dhs.gov
Secondary Point of Contact
- Michael Bonds
- michael.bonds@fema.dhs.gov
History
- Jun 15, 2023 11:59 pm EDTCombined Synopsis/Solicitation (Updated)
- Mar 01, 2023 11:58 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 03, 2023 05:59 am ESTCombined Synopsis/Solicitation (Updated)
- Dec 08, 2022 08:39 am ESTCombined Synopsis/Solicitation (Original)