FEMA Region 9 Non-Static VCT Flooring - 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 29, 2021 Newswires
Share
Share
Post
Email

FEMA Region 9 Non-Static VCT Flooring

Contract Opportunities

Notice Type: Combine Solicitation

Posted Date: 28-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 Non-Static VCT Flooring

Classification Code: 72 - Household & commercial furnishings & appliances

Solicitation Number: 70FBR921Q00000038

Contact: Keandra Watts

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 firm fixed price contract to Remove and replace VCT flooring in 12th floor IT server room. PLACE OF PERFORMANCE FEMA, Region IX 1111 Broadway, Suite 1200 HOURS OF OPERATIONS Monday through Friday,8am to 4pm. PERIOD OF PERFORMANCE The contractor shall complete the work required under this SOW in 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). The contractor shall complete the work required under this SOW in 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). All scheduling of services shall be mutually agreed upon between the Government and the contactor prior to the start of services. The contractor shall be given 24-hour notice for when work is required and requested. Call out for work will be for two workers at a minimum of 4 hours per callout. Work performed is expected to be within and outside of regular business hours, depending on specific tasking. Regular business hours are Monday through Friday, 8am to 4pm. Any work performed outside the regular business hours shall be approved by the CO and coordinated with the on-site point of contact. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for various small construction services. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No. 2015-5623 (Rev.-14). This solicitation is being issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation Part 12, Acquisition of Commercial Items, in conjunction with Part 13, Simplified Acquisition Procedures. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2020-07). The NAICS Code and small business size standard for procurement are 238330 and $16.5M, 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 Electronic quotes only for the item(s) described in the RFQ are due by Friday, July 30, 2021 at 10:00 a.m. PST to [email protected] in order to be considered for award. If it is in the best interest of the Government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Submitted Quotes shall list two points of contacts including name, phone number, and email address. Questions regarding this solicitation shall be by e-mail only to [email protected] by Tuesday, July 27, 2021 Questions and Quotes received after this time may not be considered. Please contact [email protected] to schedule a walk-through. 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. 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: Factor 1 -- Technical Solution The Government will give preference to local offerors with the lowest price and have complied with the submission and evaluation requirements listed in this document as set forth in provisions FAR 52.226-3, 52.226-4 and 52.226- 5. Factor 2 - Permits, royalties, and licenses The contractor shall, without additional an expense to the Authority, be responsible for obtaining all licenses, certifications and permits which are necessary to fulfill the requirements of the Statement of Work. The contractor shall also obtain and pay the costs of any royalties and licenses for any patented or copyrighted items used in the performance of work. Insurance requirements for successful vendor (proof required and submitted before work to begin). a. Workers compensation Insurance as required by state law. b. Commercial general liability insurance in the minimum amount of three million dollars. c. Employer's liability insurance in the minimum amount of three million dollars. d. Business automobile insurance in the minimum amount of three million dollars. Factor 3 - Price Quoters shall complete full breakdown including labor, materials, Overhead, profit, etc. Pricing Instructions: Offerors shall include a price proposal in response to the Statement of Work in the following format at a minimum: See Attached Factor 4 - Past Performance & Company Experience The submitted past performance experiences shall be of contractual work that is similar to the requirements set forth in this solicitation. The Quoter shall identify at least (2) contracts/task orders that demonstrate recent and relevant past performance. Past experience summaries shall be for projects completed in the last three years or currently in process, which are of similar size, scope, and complexity relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used. The following information shall be provided for each referenced contract: Program title or product name Contract number Contract type Brief synopsis of work performed Brief discussion of how the work performed is relevant to this solicitation Contract Value The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.

Link/URL: https://beta.sam.gov/opp/a5059aa816c148ed985fbcb2a4d43520/view

Older

Anthem, Dignity Contract Dispute Leaves Many Insureds In Limbo

Newer

AIA Admits False and Misleading Representations to Customers in New Zealand's Financial Markets Authority Fair-Dealing Proceedings

Advisor News

  • Pay or Die: The scare tactics behind LA County’s Measure ER tax increase
  • 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
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

  • GLP-1 Drug Costs Cited as Heights Schools Hike Taxes and Cut Staff
  • Pay or Die: The scare tactics behind LA County’s Measure ER tax increase
  • Column: N.C.’s Medicaid ‘compromise’ comes at a cruel cost
  • Idaho farmers can band together to buy cheaper health insurance through Farm Bureau deal
  • HHS NOTICE OF BENEFIT AND PAYMENT PARAMETERS FOR 2027 FINAL RULE
More Health/Employee Benefits News

Life Insurance News

  • 2025 Insurance Abstracts
  • 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
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