Search Contract Opportunities

DHS-FEMA Risk Mapping, Assessment, and Planning (Risk MAP) Customer and Data Services (CDS) Operations and Maintenance (O&M) Support   2

ID: 70FA3124I00000009 • Type: Sources Sought

Description

THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL:

REQUEST FOR INFORMATION (RFI) SUMMARY: The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Risk Assessments, Planning & Information Directorate (RAPID) [formerly Risk Management Directorate (RMD)], Risk Mapping, Assessment, and Planning Information Technology (Risk MAP IT) program, seeks to identify potential cloud knowledgeable offerors who possess experience using Amazon Web Services (AWS) in federal environment to operate and maintain its legacy applications while simultaneously applying modernization practices to update and enhance its Portfolio. Using an Adaptive Maintenance approach (also referred to Modernize in Place, by DHS Information Technology Strategic Plan, FY24 - 28), Risk MAP IT seeks to achieve goals established by the FEMA Risk MAP Program through continuous, systematic improvements to its system architecture, technology stack, and code base for 40+ applications and sub-applications hosted within a single system boundary on FEMA's Enterprise AWS Cloud.

This Request for Information (RFI) is issued solely for information and planning purposes and does not constitute a solicitation for bids, proposals, or quotes and is not to be construed as a commitment by the government to issue a request for proposal/quote or award of a contract as a result of this request. This announcement is not a Request for Proposal (RFP) nor a Request for Quote (RFQ). The government will not reimburse respondents for any cost associated with information submitted in response to this request.

Interested parties must submit sufficient documentation in accordance with the instructions in this RFI and current industry best practices and standards, demonstrating their ability/experience to meet or exceed the Government's requirements listed in this notice.

GENERAL INFORMATION: This RFI is issued solely for information gathering purposes to identify offerors that can provide support for the Risk Mapping, Assessment, and Planning Information Technology (Risk MAP IT) program. In accordance with FAR 15.201(e), RFIs may be used when the Government wants to obtain price, delivery, other market information, and capabilities for planning purposes. Responses to these RFIs are not offers and cannot be accepted by the Government to form a binding contract. This RFI shall not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Respondents are solely responsible for all expenses associated with their RFI response. Respondents will not receive additional information in response to their submittal to the RFI and will not be notified of the resulting market research.

PROPRIETARY INFORMATION AND DISCLAIMERS: Respondents shall identify any proprietary information in its RFI response. Information submitted in response to this RFI will be used at the discretion of the Government. Further, the information submitted will remain confidential insofar as permitted by law, including the Freedom of Information and Privacy Acts. FEMA reserves the right to utilize any non-proprietary technical information in the anticipated SOO or solicitation.

Although it is not necessary to address in their response, respondents shall be aware of any potential, actual, or perceived organizational conflicts of interests. Any real or potential conflicts must be sufficiently mitigated prior to a contract award. For further guidance, refer to the Federal Acquisition Regulation, Part 9.5.

NAICS and Product Service Code (PSC)

The following tentative NAICS codes are being considered for this scope:

  • 541512 Computer Systems Design Services
  • 518210C Cloud Computing and Cloud Related Services
  • 541518S IT Professional Services

ANTICIPATED PERIOD OF PERFORMANCE START DATE: June 09, 2025.

ANTICIPATED CONTRACT VALUE: > $130M

ANTICIPATED PERIOD OF PERFORMANCE: The Government plans for a base period of one (one) year, inclusive of a 90-day transition-in period, and four (one year) option periods for a total duration of five years.

Please see attached detailed RFI/SSN Summary and Draft SOO.

Background
The Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), Risk Assessments, Planning & Information Directorate (RAPID) seeks potential cloud knowledgeable offerors with experience using Amazon Web Services (AWS) in a federal environment to operate and maintain legacy applications while applying modernization practices to update and enhance its Portfolio. The Risk MAP IT program aims to achieve goals established by the FEMA Risk MAP Program through continuous, systematic improvements to its system architecture, technology stack, and code base for 40+ applications and sub-applications hosted within a single system boundary on FEMA’s Enterprise AWS Cloud.

Work Details
The Risk MAP IT program is one of two Acquisition Programs that comprise the Risk MAP program. It touches nearly every facet of the Risk MAP mission and directly affects the quality, availability, and accessibility of flood hazard, flood risk, and mitigation planning information produced by the Risk MAP Program.

The program's IT Portfolio is comprised of multiple systems, platforms, and software including the RAM system which hosts 40+ applications and sub-applications. The applications serve over 1.1K authenticated FEMA users, 200,000 public users with Online LOMC accounts, and the public to support various program processes such as producing flood hazard information, creating and tracking map development projects, maintaining the National Flood Hazard Layer, receiving and processing Letter of Map Change (LOMC) Requests, providing software for risk assessments along with a library of assessment data, tracking and reporting mitigation plans, among others.

Period of Performance
The Government plans for a base period of one year inclusive of a 90-day transition-in period, and four option periods for a total duration of five years starting from June 09, 2025.

Place of Performance
The primary place of performance shall be at the Contractor’s Work Site. FEMA’s facilities located within 400/500 C Street SW, Washington, D.C. may be used if approved by the COR. The location of FEMA offices may shift during the period of performance based on HQ realignment.

Overview

Response Deadline
Feb. 26, 2024, 3:00 p.m. EST Past Due
Posted
Feb. 14, 2024, 2:03 p.m. EST
Set Aside
None
PSC
None
Place of Performance
Washington, DC 20472 United States
Source
SAM

Current SBA Size Standard
$34 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
14%
Signs of Shaping
66% of similar contracts within the Federal Emergency Management Agency had a set-aside.
On 2/14/24 Federal Emergency Management Agency issued Sources Sought 70FA3124I00000009 for DHS-FEMA Risk Mapping, Assessment, and Planning (Risk MAP) Customer and Data Services (CDS) Operations and Maintenance (O&M) Support due 2/26/24. The opportunity was issued full & open with NAICS 541512.
Primary Contact
Name
Judith Hicklin   Profile
Phone
(202) 714-5281

Secondary Contact

Name
Marianne McCallum   Profile
Phone
(202) 431-1071

Documents

Posted documents for Sources Sought 70FA3124I00000009

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought 70FA3124I00000009

Incumbent or Similar Awards

Contracts Similar to Sources Sought 70FA3124I00000009

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 70FA3124I00000009

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 70FA3124I00000009

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > FEDERAL EMERGENCY MANAGEMENT AGENCY > INFORMATION TECHNOLOGY DEVELOPMENT AND SUSTAINMENT
FPDS Organization Code
7022-70FA31
Source Organization Code
500181964
Last Updated
March 12, 2024
Last Updated By
judith.hicklin@fema.dhs.gov
Archive Date
March 12, 2024