Direct Lease Temporary Housing in Support of FEMA DR-4796-IA
ID: 70FBR724Q00000020Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 7: EMERGENCY PREPAREDNESS ANKANSAS CITY, MO, 64108, USA

NAICS

Lessors of Residential Buildings and Dwellings (531110)

PSC

LEASE/RENTAL OF FAMILY HOUSING FACILITIES (X1FA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for Direct Lease Contractors, Property Managers, and Housing Solutions Vendors to provide temporary housing assistance in response to disaster DR-4796 in Iowa. The objective is to lease residential properties that can accommodate individuals displaced by severe storms, flooding, and tornadoes, ensuring compliance with safety and accessibility standards. This initiative is crucial for facilitating recovery efforts and providing essential housing solutions to affected communities. Interested small businesses must submit their proposals by September 23, 2024, and can direct inquiries to Stewart Knotts at stewart.knotts@fema.dhs.gov, noting that funding is contingent upon the availability of appropriated funds.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) is soliciting proposals for a combined synopsis/solicitation aimed at finding Direct Lease Contractors, Property Managers, and Housing Solutions Vendors for a 12-month housing assistance program in Iowa, following severe storms and flooding. The solicitation (Number: 70FBR724Q00000020) encourages small businesses to submit proposals for providing temporary housing to eligible individuals displaced by disasters. Proposals must include a technical approach and pricing, evaluated based on factors such as technical capability, past performance, and price. Interested contractors are required to fulfill several requirements outlined in the Statement of Work, including the provision of suitable properties meeting specific needs of disaster applicants. With submissions due by September 23, 2024, the government emphasizes that funding is contingent upon availability and offers will be awarded based on best value criteria. This initiative underscores FEMA's commitment to ensuring accessible temporary housing solutions in response to disaster-afflicted communities.
    The Direct Lease Program (DL) under FEMA for Disaster FEMA DR-4796-IA is established to provide temporary housing for individuals displaced by severe storms, flooding, and tornadoes in Iowa. The program seeks contractors to identify, lease, and manage residential rental properties within 30 to 60 minutes of impacted areas, ensuring they meet safety, sanitary, and functional standards. Key responsibilities include conducting property inspections, matching approved properties with eligible applicants, and managing lease agreements. Contractors must ensure properties comply with relevant occupancy standards and handle potential modifications for applicants with disabilities. The agreement stipulates a monthly rent cap and requires comprehensive tracking and reporting mechanisms. FEMA will support the contractor in identifying eligible applicants through their database, conducting background checks, and managing documentation related to leases and inspections. The program’s performance period spans 12 months with possible extensions, supported by specific roles within FEMA for oversight. Emphasis is placed on maintaining compliance with federal records management laws, training requirements for sensitive information handling, and safeguarding controlled unclassified information. This initiative facilitates recovery efforts for communities severely affected by disaster while addressing housing needs swiftly and effectively.
    The document titled "DIRECT LEASE PROPERTY TRACKING SHEET, DR-4796-IA" serves as a comprehensive tool for tracking properties available for direct lease, particularly in the context of disaster recovery under federal assistance. It includes essential fields for property identification, such as name, owner contact information, location, and specifications, including accessibility features like ADA units and parking availability. The sheet also captures rental and utility details, interest status, and property assessments while noting any necessary repairs and contractor involvement. This document facilitates the organized collection and evaluation of properties that could fulfill housing needs in disaster-affected areas, supporting the federal government's response to provide essential services and housing solutions efficiently. The structure of the sheet enables clear tracking of property availability, owner engagement, and assessment processes, ensuring compliance with regulations and addressing community needs effectively.
    The document is the HUD-52580 Inspection Checklist for the Housing Choice Voucher Program, designed by the U.S. Department of Housing and Urban Development (HUD). Its primary purpose is to assess whether a housing unit meets the quality standards required for Section 8 rental assistance. The checklist includes sections for general information about the inspected unit, such as its type, year constructed, and details about the family residing there. It comprises multiple items categorized by specific areas of the unit—such as living rooms, kitchens, bathrooms, and the building's exterior—evaluated for safety, security, and condition, including potential hazards like lead-based paint. Additionally, optional sections collect information about special amenities and tenant experiences related to the living space. The form emphasizes the importance of meeting housing quality standards to ensure tenant safety and well-being. This structured approach facilitates effective inspections and assists Public Housing Authorities (PHAs) in making informed housing decisions, ultimately supporting HUD's mission to provide decent and affordable housing.
    The document outlines the Direct Lease Contract Terms and Conditions established by FEMA for leasing rental units as temporary housing assistance following disasters, as authorized under the Stafford Act. The contract involves FEMA and the property owner (Contractor/Owner), specifying rental unit details, contract duration, and the responsibilities of both parties. Key provisions include the modification of units to meet accessibility standards for eligible applicants, adherence to housing quality standards, and the terms under which FEMA may terminate direct lease assistance. The contract also stipulates the Owner’s obligations, including maintenance of properties, compliance with federal and state laws, and prohibition of discrimination against applicants. Furthermore, any modifications made to the units will be funded by FEMA or negotiated on a fixed-price basis, and the Owner must provide proof of compliance with applicable standards. The document emphasizes FEMA's right to place eligible applicants and outlines processes for eviction and appeals regarding the termination of assistance. Overall, it serves as a framework for ensuring compliant and effective temporary housing solutions for disaster-affected individuals, facilitating the administration of federal assistance in alignment with applicable regulations.
    The document outlines a Direct Lease Occupant Lease Agreement between the Federal Emergency Management Agency (FEMA) and a designated property Owner for providing temporary housing assistance to eligible applicants displaced due to disasters. This lease agreement mandates that the Occupant must sign as a condition for occupancy and includes essential details such as the lease term, occupancy conditions, and tenant responsibilities. Key provisions include the requirement for household members to be approved by FEMA, prohibitions on subleasing, and stipulations regarding damages and maintenance. The agreement clarifies that occupancy costs will be borne by FEMA, while the Occupant is liable for any damages beyond normal wear and tear. It also emphasizes the non-discriminatory practices the Landlord must follow and ensures the protection of the Occupant's personal information. The lease also outlines protocols for termination and eviction related to non-compliance with the lease terms or criminal activities. Overall, this document serves as a comprehensive legal framework governing the relationship between FEMA, the Occupant, and the Landlord, ensuring the provision of temporary housing amidst disaster recovery efforts.
    The FEMA Form FF-104-FY-21-194 outlines the Temporary Housing Agreement for individuals displaced by federally declared disasters. The document provides conditions under which eligible applicants can occupy Temporary Housing Units (THUs) and details their rights and responsibilities. Key aspects include eligibility requirements for housing assistance, the term and conditions of occupancy, restrictions on additional household members, and the applicant's duty to work towards obtaining permanent housing. It stipulates that applicants must not pay rent during the period of assistance, with FEMA assuming responsibility for security deposits. FEMA retains the right to terminate assistance if applicants fail to comply with the agreement or if adequate alternative housing becomes available. The agreement emphasizes non-discrimination policies and includes provisions for accountability regarding personal property and maintenance responsibilities. Overall, this form is crucial for implementing disaster recovery assistance under the Stafford Act, ensuring that displaced households receive necessary support while pursuing permanent housing solutions.
    The Federal Emergency Management Agency (FEMA) issued a notice regarding Disaster Number DR-4796-IA, informing property owners about the end of a temporary housing program designed for survivors of a specified disaster event. The notice outlines two primary actions that the occupants must take: either vacate the unit by a specified date, returning all personal belongings and keys, or sign a new lease with the property owner (not mandatory). If occupants fail to vacate and return the keys, property owners are authorized to reclaim the unit through legal actions, including eviction. FEMA's contract stipulates that damage beyond normal wear and tear can be covered by a security deposit, with occupants responsible for any additional damage costs. The notice emphasizes the need for compliance with the terms of the Temporary Housing Agreement and provides contact information for further inquiries. This document reflects FEMA's commitment to ensuring orderly transitions for disaster survivors while protecting property owners' rights.
    The document outlines a proposal for the federal government's request for proposals (RFP) regarding the leasing and management of residential properties. It includes cost breakdowns for various types of accommodations, such as one to four-bedroom units, and details multiple cost line items (CLINs) related to rent, furniture, utilities, property management fees, maintenance fees, and additional charges like setup and security deposits. The proposal spans a base period of 12 months, with two optional extension periods of three months each. Each CLIN carries an informational placeholder with costs set at $0.00, indicating that detailed financial data needs to be filled in by the bidding company. There are specific instructions to complete percentages for management and maintenance fees and to note any required ADA retrofitting, emphasizing compliance with accessibility standards. Overall, the document serves as a framework for bidders to submit their pricing and management strategies in response to the housing needs specified by the government, while adhering to federal guidelines and operational requirements.
    The document outlines the inventory and furnishing needs for various types of apartments, specifically detailing required items categorized by the number of bedrooms (one to four). Each category includes essential furniture and household items, such as sofas, dining tables, mattresses, and kitchenware, along with the quantities provided and needed for proper apartment setup. Significant items include various bed frames and linens, chest of drawers, cookware, and dining settings. The need for safety equipment, such as fire extinguishers, is also noted. This checklist aims to ensure that apartments are adequately furnished and equipped to meet residents' needs, serving as a guide for procurement in response to federal RFPs or grant requirements for housing projects. Overall, the document underscores a systematic approach to ensuring that necessary living essentials are supplied for different apartment configurations, promoting comfort and safety in housing initiatives.
    The U.S. Department of Homeland Security issues guidelines for offerors participating in federal contracts, emphasizing the necessity for financial stability and compliance with performance requirements. Offerors must certify their ability to fulfill contract obligations and disclose any significant legal issues affecting their capacity to deliver. The submission includes evidence such as delivery plans and financial status, which should highlight relationships with financial institutions willing to support the proposed project. This information, submitted at the proposal deadline, is reviewed by the Contracting Officer (CO) for determining responsibility but is not part of the technical evaluation process. Ultimately, the document underscores the importance of providing comprehensive assurance of financial and operational capability to ensure effective contract fulfillment in government procurement processes.
    The document outlines the "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment," a provision included in federal procurement processes. It prevents contractors from providing or using covered telecommunications equipment or services in government contracts, as mandated by Section 889 of the John S. McCain National Defense Authorization Act for Fiscal Year 2019. The Offeror must declare whether they will or will not supply such equipment or services, and disclose details if they respond affirmatively. Definitions relevant to the provision are referenced from another clause, and explicit procedures require Offerors to check for excluded parties in the System for Award Management (SAM). The document emphasizes the importance of scrutiny in telecommunications procurement to mitigate risks associated with specific equipment and services deemed critical to national security. Compliance with this guideline is crucial for federal contracts, ensuring entities do not compromise on safety and security standards.
    The document outlines procedures related to the representation of covered telecommunications equipment or services in federal contracting, specifically as per clause 52.204-26. It defines "covered telecommunications equipment or services," establishing the importance of a reasonable inquiry to determine compliance. The Offeror is required to review the excluded parties list from the System for Award Management (SAM) to ensure that entities involved do not receive federal awards related to these services. The Offeror must also affirm whether they do or do not provide covered telecommunications equipment or services in their contracts, following a reasonable inquiry. This provision emphasizes the government's commitment to preventing the use of potentially harmful telecommunications services in its contracts, ensuring that vendors uphold compliance standards during procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Level II Armed Security Guard Service in Support of FEMA DR-4796-IA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide Level II Armed Security Guard Services in support of disaster recovery operations for FEMA DR-4796 in Iowa. The primary objective is to ensure security for federal employees, visitors, and property at various FEMA facilities, including Joint Field Offices and Disaster Recovery Centers, during the recovery from severe storms and tornadoes. This procurement emphasizes the importance of local business participation, with a total small business set-aside and preference for firms located within the affected counties, as outlined in the Robert T. Stafford and Local Community Recovery Act of 2006. Interested parties must submit their proposals by September 19, 2024, and can direct inquiries to Stewart Knotts at stewart.knotts@fema.dhs.gov. Note that funding for this contract is contingent upon the availability of appropriated funds.
    FEMA Accessible Travel Trailers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of Accessible Travel Trailers under a combined synopsis/solicitation notice. The objective is to provide accessible travel trailers that comply with the Uniform Federal Accessibility Standards and the Architectural Barriers Act Accessibility Standards, specifically designed for disaster survivors, including individuals with disabilities. These trailers will serve as temporary housing solutions during emergencies, enhancing FEMA's capacity to support vulnerable populations in disaster situations. Interested contractors must submit their proposals by September 26, 2024, with a potential contract value of up to $99,932,500 over a five-year period. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Bernetta Burton at bernetta.burton@fema.dhs.gov.
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and Deactivation
    Active
    Homeland Security, Department Of
    Presolicitation notice from the Department of Homeland Security, Federal Emergency Management Agency (FEMA) is seeking support services and construction for its Transportable Temporary Housing Unit (TTHU) mission. The TTHUs include manufactured homes and travel trailers and are used to provide housing to disaster survivors. The scope of work includes transportation, staffing of staging areas, installation and maintenance of housing units, deactivation and transportation to storage sites, site inspections, feasibility assessments, and design and construction services for various sites. The contract will be awarded through full and open competition with a partial small business set aside. The contract type will be Firm Fixed Priced (FFP) and Time and Material (T&M), Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ). The base period of performance will be one year, with four one-year option periods.
    FEMA Request for Information Post-trauma Disaster Care
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) to gather insights on post-trauma disaster case management barriers, best practices, and innovations. The objective of this RFI is to assess the marketplace's capabilities to provide turnkey congregate sheltering services and to inform potential future enhancements to FEMA's Disaster Case Management (DCM) program, which supports state, local, tribal, and territorial governments in assisting disaster survivors. This initiative is crucial for improving the efficiency and accessibility of disaster recovery services, ensuring that all survivors receive the necessary support regardless of their background. Interested parties can direct their inquiries to Isaac Chapple at Isaac.Chapple@fema.dhs.gov or Edward Rudd at Edward.ruud@fema.dhs.gov, with no specific funding amount or contract award anticipated at this time.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors to provide Hazard Mitigation Technical Assistance Program (HMTAP) services, specifically non-architectural and engineering services. The procurement involves the issuance of three Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each designated for different geographic zones across the United States, aimed at enhancing capacity for pre-disaster, during disaster, and post-disaster mitigation efforts. This initiative is crucial for supporting FEMA's mission to improve disaster resilience and compliance with environmental regulations, including flood risk management and assessments. Interested parties must submit proposals by August 19, 2024, with a total estimated funding amount of $1,583,902 for the project, and can direct inquiries to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    ATTHU & Grounds Maintenance, Removal, Replacement, & Storage
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the maintenance, removal, replacement, and storage of Alternative Transportable Temporary Housing Units (ATTHUs) in Lahaina, Hawaii. This opportunity is a 100% small business set-aside under NAICS Code 561210 and involves a single or multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a base performance period of one year and two optional one-year extensions based on satisfactory performance and funding availability. The contract, valued at a maximum ceiling of $279,512,300, is critical for ensuring the safety and livability of temporary housing units for individuals displaced by the August 2023 wildfires. Interested parties must submit their Phase I proposals by September 20, 2024, and can direct inquiries to the Contracting Officer at fema-dr-4724-hi-maint-deactivation@fema.dhs.gov.
    R6--FEMA ORR Strategic Initiatives Technical Assistance (SITA) (Master BPA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking technical assistance through its Office of Response and Recovery (ORR) via a Master Blanket Purchase Agreement (BPA). This combined synopsis and solicitation for commercial items is restricted to sellers with relevant GSA Schedules. FEMA requires administrative and management consulting services to support its strategic initiatives. Sellers must have the specified items on their GSA Schedule or act as an authorized agent, with a focus on meeting or exceeding the stated requirements. The solicitation period will end on September 25, 2024. These services are crucial for FEMA's effective response and recovery operations during emergencies and disasters. The agency seeks a streamlined and efficient procurement process, emphasizing competed real-time bids. Interested sellers should register on the Unison Marketplace to access the solicitation details and submit their bids accordingly.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    HF Antenna Installation at Oregon Emergency Management
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals for the installation of a USAP 1942 HF Antenna at the Oregon Emergency Management facility. The project requires contractors to provide firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes detailed specifications for antenna and transmission line installation, adherence to the National Electrical Code, and completion within 30 calendar days post-award. This initiative is crucial for enhancing continuity communications as part of FEMA's emergency preparedness and response capabilities. Proposals are due by September 23, 2024, and must include a separate price breakdown and a detailed technical approach; interested parties can contact Erin Cotter at erin.cotter@fema.dhs.gov for further information.