Bedroom Living Kits
ID: 70FB8025Q00000004Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYCOMMUNITY SURVIVOR ASSISTANCE SECWASHINGTON, DC, 20472, USA

NAICS

Home Furnishing Merchant Wholesalers (423220)

PSC

HOUSEHOLD FURNISHINGS (7210)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 27, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 27, 2024, 12:00 AM UTC
  3. 3
    Due Jan 21, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking small businesses to provide Bedroom Living Kits for disaster survivors residing in Transportable Temporary Housing Units (TTHUs). These kits will include essential household items such as bedding and linens, designed to support individuals in regaining stability after disasters. The procurement aims to ensure timely delivery and compliance with quality and environmental standards, with a focus on enhancing the quality of life for affected individuals. Interested parties must submit a Capabilities Statement by January 21, 2025, detailing their qualifications and logistical capabilities, and can contact Lassey Wilson-Bahun or David Bailey Jr. for further information.

Point(s) of Contact
Files
Title
Posted
Dec 27, 2024, 3:05 PM UTC
The document outlines the specifications for various bedroom kits being procured through a government Request for Proposal (RFP) process. It details four different sizes: Twin, Double, Queen, and King, each with specific requirements for material quality, dimensions, and manufacturing standards. Each kit consists of several items such as flat sheets, mattress pads, pillows, and blankets, with stipulations regarding thread count (200 to 500), fabric composition (cotton or a cotton/polyester blend), and additional attributes like lightweight and machine-washable features. The document indicates that pricing information, including base unit prices and options for different pricing scenarios, is to be determined (TBD) for each kit. The purpose of the RFP is to secure appropriate supplies for government facilities, ensuring compliance with quality and safety standards while supporting efficient procurement processes.
Dec 27, 2024, 3:05 PM UTC
The Federal Emergency Management Agency (FEMA) is seeking a contractor for the provision and distribution of Transportable Temporary Housing Unit (TTHU) Bedroom Living Kits for disaster survivors. These kits, which include essential items like bedding and linens, are designed to address the immediate needs of individuals in temporary housing following disasters, thereby promoting a sense of normalcy and stability. The contract emphasizes the importance of timely delivery, efficiency in assembly and packaging, and compliance with environmental standards, such as using Bio-Preferred items. The contractor is responsible for material selection, assembling kits, and ensuring proper packing for durability during storage and transport, with specifications including size constraints for delivery and packaging that can withstand various climate conditions. Labeling of kits must include details such as type, packaging date, and provider information to facilitate effective inventory management and distribution. The contract spans a base period of 12 months, with options for four additional years. By enhancing the quality of life for disaster-affected individuals, FEMA demonstrates its commitment to comprehensive disaster relief and recovery initiatives, using innovative practices to improve response capabilities.
Dec 27, 2024, 3:05 PM UTC
The Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, issued a Sources Sought Notice to gather information from small businesses capable of supplying Bedroom Living Kits for disaster survivors in Transportable Temporary Housing Units (TTHUs). This initiative aligns with FEMA's mission to support individuals affected by disasters by ensuring immediate and temporary housing solutions. The Kits will contain essential household items to assist survivors in regaining stability. This solicitation does not constitute a Request for Proposal (RFP) and is for market research only. FEMA plans to establish a Firm Fixed Price Blanket Purchase Agreement (BPA) with selected contractors for on-demand supply of these kits. Interested parties are required to submit a Capabilities Statement detailing their relevant experiences, compliance measures, logistical capabilities, and capacity for fulfilling such supplies. The Notice emphasizes that responses should be submitted in specific formats before the deadline of January 21, 2025. The submission must provide comprehensive information about the company’s qualifications, and any feedback on the Performance Work Statement (PWS) is welcomed. Overall, the document stresses the importance of preparing for potential RFPs while clarifying the government's non-commitment at this stage.
Lifecycle
Title
Type
Bedroom Living Kits
Currently viewing
Sources Sought
Similar Opportunities
Catastrophe Model Licenses
Buyer not available
The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure commercial catastrophe modeling licenses for storm surge and inland flooding as part of its National Flood Insurance Program (NFIP). The objective is to enhance FEMA's risk analysis and insurance capabilities, enabling quicker recovery from disasters while minimizing financial impacts. This procurement will involve multiple-award blanket purchase agreements (BPAs) for software licenses, which must include geographic coverage for all U.S. states, stochastic event simulations, and ongoing technical support. Interested vendors are invited to submit capability statements by April 25, 2025, detailing their modeling capabilities and compliance with federal standards. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov.
Planning and Exercise Technical Assistance
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide advanced technical assistance through the Planning and Exercise Division Technical Assistance Contract (PEDTAC). The primary objective of this procurement is to fill critical skills gaps within FEMA by acquiring specialized expertise in complex disaster planning, exercise execution, and strategic advisory services, thereby enhancing the agency's operational capabilities and preparedness for national disaster response. This initiative is vital for ensuring effective coordination among federal, state, local, tribal, and territorial agencies, as well as for developing and refining emergency response plans and training programs. Interested vendors must submit their responses by April 14, 2025, to Karley Hoyt at karley.hoyt@fema.dhs.gov, with a focus on demonstrating their corporate capabilities and relevant experience in emergency management.
Request for Information - Planning & Exercise Technical Assistance
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors through a Request for Information (RFI) for the Planning and Exercise Division Technical Assistance Contract (PEDTAC). This initiative aims to gather insights from vendors capable of providing advanced technical assistance to enhance FEMA's disaster planning and exercise execution capabilities, addressing critical skill gaps within the agency. The contract will focus on delivering specialized expertise in areas such as strategic advisory services, geospatial analytics, training, and IT support, which are essential for improving national disaster preparedness and response. Interested parties must submit their responses by April 14, 2025, and can direct inquiries to Karley Hoyt at karley.hoyt@fema.dhs.gov.
HMA Training Support Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide training support services for its Hazard Mitigation Assistance (HMA) programs. The procurement aims to secure reliable and effective training development and delivery services, including the creation and maintenance of training courses, logistical support, and project management for various mitigation programs. This opportunity is critical for enhancing the capabilities of FEMA's training initiatives, which play a vital role in disaster preparedness and resilience. Interested 8(a) certified small businesses must submit proposals by May 7, 2025, with inquiries directed to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
Armed Security Guard Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Armed Security Guard Services through a Blanket Purchase Agreement (BPA). The primary objective is to ensure the rapid deployment of 35 armed guards within 24 to 48 hours following a service call, primarily at disaster-related sites and facilities across the United States during declared disasters. This initiative is crucial for maintaining security and safety for federal employees and visitors in emergency situations, enhancing FEMA's operational support capabilities. Interested contractors must submit their responses, including company information and capability statements, by April 28, 2025, to the primary contact, Sherri Brown, at Sherri.Brown@fema.dhs.gov, or the secondary contact, Meeka Tilahun, at Meeka.Tilahun@fema.dhs.gov.
Selma Dumpster Services
Buyer not available
The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide dumpster services in Selma, Alabama. This procurement is part of a total small business set-aside initiative, focusing on solid waste collection services as outlined under NAICS code 562111. The services are crucial for maintaining cleanliness and sanitation in the community, particularly in response to emergency situations. Interested parties can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details, and additional information can be found at the provided link.
FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for technical support services related to the Hermit’s Peak/Calf Canyon Claims Review. The primary objective of this procurement is to provide professional and technical assistance to the Hermit’s Peak/Calf Canyon Claims Office, ensuring efficient and claimant-centric processing of claims resulting from the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. Key tasks include assisting with claim intake, documentation collection, and evaluating claims for compensatory damages, with an emphasis on maintaining compliance with regulatory guidelines and delivering timely responses to claimants. The anticipated solicitation release is expected around mid-April 2025, and interested contractors can direct inquiries to Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov. This contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a performance period of five years, including a base year and four option years.
EVACUATION KIT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of evacuation kits under a federal contract. The primary objective of this procurement is to ensure the availability of essential surgical appliances and supplies, as indicated by the NAICS code 339113, which falls under the category of laboratory equipment and supplies (PSC code 6640). These evacuation kits are critical for supporting military operations and ensuring readiness in emergency situations. Interested vendors should direct inquiries to Kelly L. Slagle at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, and proposals must be submitted within 60 days of the closing date specified in the solicitation.
FEMA DOT Inspections-Craig Field (Qty 83)
Buyer not available
The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the inspection and necessary repairs of eighty-three trailers located at Craig Field in Selma, Alabama. The objective is to conduct Department of Transportation (DOT) inspections to ensure that these trailers, which were staged in response to Hurricane Helene, are recertified and made roadworthy before the staging yard's closure. This procurement is critical for maintaining operational readiness in disaster response efforts, ensuring that equipment can be effectively utilized in future emergencies. Interested contractors must submit their proposals by April 9, 2025, and all work is required to be completed within 20 days after the order is received. For further inquiries, contact Edward Ruud at Edward.Ruud@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov.
Forest Service Wildland Fire Tent System Rentals
Buyer not available
The U.S. Department of Agriculture (USDA), through the Forest Service, is soliciting quotes for the rental of tent systems to support fire suppression and all-hazard incidents across the nation. The procurement aims to establish multiple Incident Blanket Purchase Agreements (I-BPAs) for fully operational tent systems, which must include features such as insulation, climate control, and power generation to accommodate personnel and equipment during emergencies. These tent systems are critical for providing multi-use facilities in various operational scenarios, ensuring readiness for immediate deployment in response to wildfires and other incidents. Interested vendors should contact Kimberly Luft at kimberly.luft@usda.gov or call 720-467-8317, with proposals due by April 25, 2025, and a total estimated contract value of $10 million over a five-year period.