FEMA Region 9 LED Lights Installation - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
July 2, 2021 Newswires
Share
Share
Post
Email

FEMA Region 9 LED Lights Installation

Contract Opportunities

Notice Type: Combine Solicitation

Posted Date: 01-JUL-21

Office Address: Homeland Security, Department of; FEDERAL EMERGENCY MANAGEMENT AGENCY; REGION 9: EMERGENCY PREPAREDNESS AN; SAN FRANCISCO, CA 94107

Subject: FEMA Region 9 LED Lights Installation

Classification Code: N - Installation of equipment

Solicitation Number: 70FBR921Q00000036

Contact: Ameka Ali

Setaside: Total Small Business Set-Aside (FAR 19.5)Total Small Business Set-Aside (FAR 19.5)

Place of Performance (address): Oakland CA

Place of Performance (zipcode): 94607

Place of Performance Country: USA

Description: Homeland Security, Department of

FEDERAL EMERGENCY MANAGEMENT AGENCY

REGION 9: EMERGENCY PREPAREDNESS AN

The Federal Emergency Management Agency (FEMA) is considering the issuance of a Fixed Price Contract for the purchase of LED light fixtures for the National Preparedness Division and the Administrative Services Branch. Requirements, specifications, and tasks can be found in the attached statement of work. Place of Performance is at the FEMA Region IX Pacific Area Office located at 1111 Broadway, Suite 1200, Oakland, CA 94607-4052 Period of Performance is 30 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). The Contractor's responsibilities shall include providing all labor, equipment, tools, permits, license and insurance required to perform the tasks and services as set forth in the attached Statement of Work (SOW). The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for LED lights and installation services. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No. 2015-5623 (Rev.-13). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental with additional information included in this notice. FEMA is issuing a written solicitation in accordance with Federal Acquisition Regulations (FAR) Subparts 13.106-1 and Subpart 12.6. The solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular 2005-95. The NAICS Code and small business size standard for procurement are 323113 and 500 employees, respectively. This action is a small business set-aside. All vendors shall be registered and have an active DUNS number in SAM.gov in order to quote. SUBMISSION INSTRUCTIONS Each Quoter is requested to submit an electronic version of your business' price quote. The electronic version shall be submitted to the Contracting Officer Ameka Ali at [email protected]. Electronic submission of your quote is due no later than 10am PST, Friday, July 02, 2021. Questions regarding this solicitation shall be e-mailed to [email protected]; which are due by 1:00 pm PST, Wednesday, June 30, 2021, Questions received after this time may not be considered. Please contact Robert Baggett at [email protected] to coordinate the REQUIRED walk-through at FEMA Region 9, 1111 Broadway, Suite 1200 Oakland, CA 94607. Due to COVID 19 our office is minimally staffed. When visiting we ask that you and your employees please wear a mask unless you are fully vaccinated in which you can enter without masks but building management requires that you be masked in the lobby and common areas. All quote submissions must include the following information (preferably to be provided on the quote submission cover letter): Tax Identification Number (TIN) Dun & Bradstreet Number (DUNS) Contract Name contact Email address Contract telephone and fax number Complete business mailing address The offeror must be determined responsible in accordance with FAR 9.104. The Government reserves the right to request additional information from the offeror and to review sources such as CPARS and FAPIIS to make this determination. Offerors must complete and submit the Contractor's Statement of Assurances. (See Attachment) 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): 52.209-6, 52.209-9, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-4, 52.223-5, 52.223-6, 52.223-9, 52.223-10, 52.223-15, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. EVALUATION CRITERIA AND BASIS FOR AWARD A single award will be made to the responsible offeror submitting an overall quote that is determined most advantageous to the Government, price and other factors considered. The following technical factors will be used to evaluate offers: Evaluation Factors The evaluation will be made based on the following disciplines, skills, qualifications and quantities required of the (4) four Technical Specialist (additional information found in SOW): Award will be made to the offeror's whose quote conforms to the RFQ and all specifications within the SOW. Offer shall confirm equipment quoted meets or exceeds all specifications as stated in the SOW. Past Performance Price Proposed Solution to solicitation 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), depending on whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Applicable Contract Clauses 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; 52.212-2 Evaluation - Commercial Items. (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Additional Provisions and Clauses See provisions and clauses based on award. FAR 52.212-1, Instructions to Offerors -- Commercial Items, applies to this acquisition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - 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): 52.203-6 alt I, 52.209-6, 52.216-18, 52.216-19, 52.216-22, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-29, 52.232-33, 52.239-1. 52.222-55. 52.217-5, 52.217-6, 52.217-8, and 52.217-9 52.217-6 Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within the period of performance of the base and options year. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within Seven days of the contract expiring. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 year, 6 months. Invoices: Invoices will be paid NET 15 days or sooner after receipt form the Contractor of a proper invoice.

Link/URL: https://beta.sam.gov/opp/eca94155dde24d458d329a808174cbfe/view

Older

Studies from University College Dublin Update Current Data on Networking (An Integrated User-system Approach for Shelter Location and Evacuation Routing)

Newer

Willis Re Issues Public Comment on Centers for Medicare & Medicaid Services Proposed Rule

Advisor News

  • How to listen to what your client isn’t saying
  • Strong underwriting: what it means for insurers and advisors
  • Retirement is increasingly defined by a secure income stream
  • Addressing the ‘menopause tax:’ A guide for advisors with female clients
  • Alternative investments in 401(k)s: What advisors must know
More Advisor News

Annuity News

  • MassMutual turns 175, Marking Generations of Delivering on its Commitments
  • ALIRT Insurance Research: U.S. Life Insurance Industry In Transition
  • My Annuity Store Launches a Free AI Annuity Research Assistant Trained on 146 Carrier Brochures and Live Annuity Rates
  • Ameritas settles with Navy vet in lawsuit over disputed annuity sale
  • NAIC annuity guidance updates divide insurance and advisory groups
More Annuity News

Health/Employee Benefits News

  • Reports Outline Clinical Trial Research Study Results from Imperial College London (Multimorbidity, health service use, and health insurance by socioeconomic groups in 31 countries: A multi-cohort study): Clinical Trial Research
  • Findings from Brown University School of Public Health Broaden Understanding of Managed Care (Federal Enforcement Actions Against Medicare Advantage Plans): Managed Care
  • Researchers at Brown University Warren Alpert Medical School Target Managed Care (The Aging World of Spinal Deformity Surgery: Epidemiological Trends Over A 12-Year Period): Managed Care
  • NC parents and doctors push for insurance coverage for a medical test they say saves lives
  • Georgia woman works through injuries as health insurance costs soar
More Health/Employee Benefits News

Life Insurance News

  • AM Best Affirms Credit Ratings of Berkshire Hathaway Life Insurance Company of Nebraska and First Berkshire Hathaway Life Insurance Company
  • Generational expectations: A challenge for the industry
  • Greg Lindberg asks NC judge for no jail time in bribery, fraud cases
  • National Life Group Names Brenda Betts to Its Board of Directors
  • Ask Tim a Question? Business, Finances, Money, or Taxes
More Life Insurance News

- Presented By -

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Why Blend in When You Can Make a Splash?
Pacific Life’s registered index-linked annuity offers what many love about RILAs—plus more!

Life moves fast. Your BGA should, too.
Stay ahead with Modern Life's AI-powered tech and expert support.

Bring a Real FIA Case. Leave Ready to Close.
A practical working session for agents who want a clearer, repeatable sales process.

Discipline Over Headline Rates
Discover a disciplined strategy built for consistency, transparency, and long-term value.

Inside the Evolution of Index-Linked Investing
Hear from top issuers and allocators driving growth in index-linked solutions.

Press Releases

  • JP Insurance Group Launches Commercial Property & Casualty Division; Appoints Joe Webster as Managing Director
  • Sequent Planning Recognized on USA TODAY’s Best Financial Advisory Firms 2026 List
  • Highland Capital Brokerage Acquires Premier Financial, Inc.
  • ePIC Services Company Joins wealth.com on Featured Panel at PEAK Brokerage Services’ SPARK! Event, Signaling a Shift in How Advisors Deliver Estate and Legacy Planning
  • Hexure Offers Real-Time Case Status Visibility and Enhanced Post-Issue Servicing in FireLight Through Expanded DTCC Partnership
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet