Manufactured housing units, tiny homes, and travel trailers for the Crow Tribe of Montana
ID: 70FBR826Q00000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 9Oakland, CA, 94607, USA

NAICS

Travel Trailer and Camper Manufacturing (336214)

PSC

TRAILERS (2330)

Set Aside

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

    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking multiple vendors to provide manufactured housing units, tiny homes, and travel trailers for the Crow Tribe of Montana as part of a Permanent Housing Replacement Program. This initiative aims to address housing shortages resulting from severe storms that displaced numerous families on the Apsáalooke Nation (Crow) Reservation in August 2024, following a disaster declaration that made federal funds available for assistance. The procurement will establish multiple Blanket Purchase Agreements (BPAs) for the supply and installation of these housing units, with a total estimated ceiling value of $14,709,015.00, and an ordering period extending through May 15, 2026. Interested parties must submit their proposals by November 10, 2025, and can direct inquiries to Kamwren Nichols at kamwren.nichols@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment clarifies and extends the Request for Quote (RFQ) 70FBR826Q00000001 for establishing multiple Basic Ordering Agreements (BPAs) for housing replacement services on the Crow Reservation. Key updates include: pricing submissions are for ordering agreements only, not direct contracts; the RFQ due date is extended to November 12, 2025; and several attachments, including a revised Statement of Work and pricing worksheet, are incorporated. Offerors no longer need to submit a signed SF1449 but must complete Reps and Certs. Submissions require a technical approach, past performance, and price, with evaluation based on Best Value—Comparative Analysis, prioritizing Technical, then Past Performance, then Price. The government seeks to award multiple BPAs, considering local and small businesses, and will evaluate offers without initial discussions. This BPA does not obligate funds; orders will be funded at the call level, with competition for calls above the micro-purchase threshold.
    The Department of Homeland Security's FEMA has issued a Statement of Work (SOW) for a Permanent Housing Replacement Program (DR-4847-CTM) on the Apsáalooke Nation (Crow) Reservation in Montana. This program, approved following severe storms in August 2024, aims to provide eligible disaster survivors with Manufactured Home Units (MHUs), Travel Trailer Units (TTUs), and Tiny Homes (THs). The SOW details requirements for these units, including cold climate adaptation (Zone 6), structural loads, and compatibility with rural infrastructure. It also covers additional tasks such as demolition of damaged structures, site preparation, and the hauling and installation of replacement homes. The project emphasizes compliance with Federal, State, and Tribal laws, including the Tribal Employment Rights Ordinance (TERO). The ordering period for the Basic Purchasing Agreement (BPA) is from the date of award through May 15, 2025.
    This government file outlines a request for proposal (RFP) for the provision of various housing units—manufactured/mobile homes, tiny homes, and travel trailers—to be delivered to the Apsáalooke Nation (Crow) Reservation in Big Horn County, Montana. The project, titled "Permanent Housing Replacement Pricing Worksheet," aims to provide an estimated 70 homes, broken down into 29 manufactured/mobile homes, 18 tiny homes, and 23 travel trailers. Each housing type is categorized under a Firm-Fixed-Price (FFP) contract. The RFP details the scope of work for each CLIN (Contract Line Item Number), specifying the estimated ceiling quantity for each housing type and stating that the exact quantity will be determined per BPA (Blanket Purchase Agreement) Call. The description emphasizes adherence to BPA terms, the Statement of Work (SOW), and an approved BPA price list. Delivery schedules will be established at the task order level, dependent on unit availability and manufacturing timeframes.
    This document addresses numerous questions and comments regarding a federal government Request for Proposal (RFP) for housing units, likely FEMA-related. Key areas of clarification include ADA compliance, award dates for Blanket Purchase Agreement (BPA) holders, Tribal Employment Rights Ordinance (TERO) fees, wage determinations (SCA vs. Davis Bacon), the number of anticipated BPA holders, and FEMA's expectations regarding floorplans. Significant discussion revolves around the scope of work, specifically concerning site preparation, demolition, haul, and installation—whether these are required, always included, or priced separately. Delivery timelines, wind/roof load requirements, and applicable building codes (HUD, IRC) for various housing types (MHU, tiny homes, travel trailers) are also critical points. The document further clarifies invoicing and payment terms (no progress payments), state licensing requirements, mobilization and installation timeframes, and specifics for tiny home units such as foundation types, off-grid capabilities, and layout requirements. FEMA's responses emphasize that many details will be provided in subsequent Requests for Quote (RFQs) and SOW amendments, confirming the need for demolition and site prep, and reiterating performance periods starting at task order award. It also addresses specific contractor questions about material specifications, Energy Star ratings, and site visits, while clarifying the definition of "safe, sanitary, and functional" housing.
    The provided government file contains only blank pages and fragmented, unidentifiable characters, such as "I I" and "","_._.....................". There is no discernible content, main topic, or purpose within the document. Therefore, it is impossible to extract any key ideas, supporting details, or to understand its relevance within the context of government RFPs, federal grants, or state/local RFPs. The file appears to be completely empty of meaningful information.
    The Department of Homeland Security, Federal Emergency Management Agency (FEMA), is initiating a Permanent Housing Replacement Program (DR-4847-CTM) for the Apsáalooke Nation (Crow) Reservation in Montana. This program addresses housing damage caused by severe storms on August 6, 2024, aiming to replace destroyed primary residences. FEMA will establish a Basic Purchasing Agreement (BPA) for Manufactured Home Units (MHUs), Travel Trailer Units (TTUs), and Tiny Homes (THs) to provide direct assistance. The BPA also includes demolition of existing damaged structures, site preparation, and the hauling and installation of these units. All housing units must be new, unused, and adapted for Montana's cold climate (Zone 6), complying with specific thermal performance, structural load, and rural infrastructure compatibility requirements. Contractors must also adhere to the Tribal Employment Rights Ordinance (TERO) for work performed on the reservation. The ordering period for this BPA is from the date of award through May 15, 2026, with performance potentially extending beyond this date.
    This government file outlines a Firm-Fixed-Price (FFP) Blanket Purchase Agreement (BPA) for providing permanent housing units, including manufactured/mobile homes (CLIN 0001), tiny homes (CLIN 0002), and travel trailers (CLIN 0003), to the Apsáalooke Nation (Crow) Reservation in Big Horn County, Montana. The BPA covers an estimated 70 homes (29 MHUs, 18 Tiny Homes, 23 TTUs). Each CLIN specifies that the per-unit FFP is inclusive of all items and services required for a safe, sanitary, and functional unit, from manufacture/supply and delivery/haul to site preparation, installation/setup, utility connections, functional checks, wraparound services, and turnover documentation. Units must meet specific standards (e.g., HUD Code, IRC, ANSI A119.5, NFPA 1192/ANSI) and Crow Nation site ratings. The BPA explicitly excludes extensive site construction. The quantity for each unit type will be determined per BPA Call, with acceptance upon successful setup and documentation.
    This document, Solicitation No. 70FBR826Q00000001, is a Request for Quotation (RFQ) for questions related to a FEMA solicitation. The file serves as a structured template for vendors or interested parties to submit inquiries regarding the solicitation. It includes columns for question number, the question or comment itself, the relevant document, page number, and section, and a dedicated space for FEMA's response. This RFQ is a standard government procurement tool to facilitate communication and clarify requirements between the issuing agency and potential bidders, ensuring all parties have a clear understanding of the solicitation's terms and conditions before proposal submission.
    The Crow Tribe's Tribal Employment Rights Regulations (TERO) establish comprehensive guidelines for Indian preference in employment, training, contracting, and subcontracting within its jurisdiction. These regulations, issued under the Crow Nation Workforce Protection Act, aim to promote economic development and self-sufficiency for the Crow Tribe and its members. Key provisions include mandatory Indian preference for employers and entities operating on Crow lands, with specific rules for hiring, training, and promotion of qualified Indians living on or near the reservation. The regulations also detail preferences for Indian-certified firms in contracting and subcontracting, including competitive and negotiated awards, and outline requirements for technical qualifications and reasonable pricing. A fee structure is established for covered employers and entities, with exemptions for certain organizations. The document also includes administrative procedures for compliance, individual complaints, hearings, sanctions, and appeals, ensuring due process. Furthermore, it sets forth rigorous criteria and procedures for certifying firms as Indian preference eligible, emphasizing legitimate Indian ownership and control to prevent abuse of the preference program.
    The DR 4847 CTM Quality Assurance Surveillance Plan (QASP) outlines how the Government monitors contractor performance for turnkey installations under BPA calls, ensuring compliance with FEMA, HUD, and Crow Nation requirements. It defines monitoring methods, roles, and documentation procedures, applicable to all BPA calls with order-specific SLAs. Key Government roles include the Contracting Officer (CO), Contracting Officer’s Representative (COR), and Crow Nation Representatives. Performance standards cover compliance, delivery, site work, utility connections, code approvals, first-pass acceptance, warranty responsiveness, safety, and communications. Surveillance methods include direct observation, MIS desk audits, periodic inspections, user surveys, and various sampling techniques. Performance is rated as Pass, Conditional Pass, or Fail, with clear documentation procedures for both acceptable and unacceptable outcomes, including corrective actions and remedies. Measurements occur at critical milestones, with weekly and monthly KPI tracking.
    The document details the FEMA-4847-DR Montana Disaster Declaration as of November 14, 2024, specifically focusing on assistance for the Crow Tribe of Montana. The Crow Tribe is eligible for aid under the Hazard Mitigation Grant Program, with the possibility of additional designations later if requested and warranted by further damage assessments. The declaration covers various counties in Montana, along with bordering states, indicating a broader regional context for disaster preparedness and response. This information is relevant for federal grants and disaster relief efforts, outlining designated tribal areas and potential avenues for assistance in the event of a disaster.
    This government Request for Quote (RFQ) 70FBR826Q00000001, issued by FEMA Region 08, seeks multiple Blanket Purchase Agreements (BPAs) for manufactured/mobile homes, tiny homes, and travel trailers for permanent housing replacement on the Apsáalooke Nation (Crow) Reservation in Montana. The total estimated BPA ceiling is $14,709,015.00, with an ordering period from award date through May 15, 2026. This is a Firm-Fixed-Price commercial BPA action, with NAICS code 336214. The scope includes supply, delivery, placement, setup, and utility connection, but excludes major site construction. Offers are evaluated on Technical Approach, Past Performance, and Price, with a preference for local businesses within the disaster area. Questions are due by October 31, 2025, and quotes by November 10, 2025.
    This Request for Proposal (RFP) from FEMA Region 08 outlines the government's intent to award multiple Blanket Purchase Agreements (BPAs) for manufactured/mobile homes, tiny homes, and travel trailers. This acquisition supports Permanent Housing Replacement under the Robert T. Stafford Disaster Relief and Emergency Assistance Act, specifically targeting the State of Montana within 200 miles of the Crow Nation Reservation. The NAICS code for this requirement is 336214 (Travel Trailer and Camper Manufacturing). The estimated BPA ceiling value is $14,709,0015.00, with an ordering period from the award date through May 15, 2026. Offerors must submit questions by October 31, 2025, and proposals by November 12, 2025. Pre-delivery inspections will occur at the vendor’s lot, with final acceptance on-site. The government reserves the right to award multiple BPAs to various businesses, including local small businesses, and may award additional master BPAs based on mission needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION – TRAVEL TRAILER/MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for the lease of travel trailer and mobile home pads in response to disaster recovery efforts for incidents DR-4559-LA and DR-4570-LA. This procurement aims to secure necessary facilities to support displaced individuals and families during recovery operations in Louisiana. The justification for this contract is made publicly available in accordance with federal regulations, emphasizing the importance of transparency in government contracting processes. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further information regarding this opportunity.
    Justification and Approval For Other Than Full and Open Competition – Mobile Home Pad Leases DR-4559-LA and/or DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster recovery efforts in Lake Charles, Louisiana. This procurement is aimed at securing necessary facilities for individuals displaced by disasters DR-4559-LA and DR-4570-LA, highlighting the importance of providing temporary housing solutions in emergency situations. The justification for this contract is publicly available in compliance with federal regulations, and interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster response efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals during recovery operations. The justification for this contract is made publicly available in compliance with federal regulations, emphasizing the importance of timely and effective disaster response capabilities. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION – TRAVEL TRAILER/MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve a contract for the lease of travel trailer and mobile home pads in response to disaster recovery efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary facilities to support displaced individuals and families during recovery operations, highlighting the critical need for temporary housing solutions in disaster-affected areas. The justification for this contract is being made publicly available in compliance with federal regulations, and interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further information. The place of performance for this contract will be in Rosepine, Louisiana, ZIP code 70659.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases associated with disaster recovery efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals following recent disasters. The justification for this contract is being made publicly available in compliance with federal regulations, emphasizing the importance of transparency in government contracting processes. Interested parties can reach out to Tisha Lee London, CPCM, at tisha.london@fema.dhs.gov or call 202-600-1842 for further details regarding this opportunity.
    DR4673-FL Sole Source Justification - Palms at Pine Island
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking to enter into a sole source contract with The Palms at Pine Island for the lease of commercial pad sites in Florida to provide temporary housing for individuals displaced by Hurricane Ian (Disaster DR4673-FL). This procurement aims to secure Manufactured Housing Units (MHUs) and Recreational Vehicles (RVs) for affected survivors, addressing an urgent need for housing in the aftermath of the disaster. The contract, valued at up to $298,080.00, is structured as a firm fixed-price agreement for an initial six-month period, with options for two additional six-month extensions, justified by the limited availability of suitable sites within a 50-mile radius and the necessity for expedited action in an emergency context. Interested parties can reach out to Ashlee Young at ashlee.young@fema.dhs.gov for further information regarding this opportunity.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases in response to disaster recovery efforts related to incidents DR-4559-LA and DR-4570-LA. This procurement involves leasing non-building facilities, which are critical for providing temporary housing solutions in disaster-affected areas. The justification for this contract is being made publicly available in accordance with federal regulations, ensuring transparency in the procurement process. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    Justification and Approval For Other Than Full and Open Competition – Mobile Home Pad Leases DR-4559-LA and/or DR-4570-LA
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster recovery efforts in Louisiana (DR-4559-LA and/or DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals following recent disasters. The justification for this contract is being made publicly available in compliance with federal regulations, ensuring transparency in the procurement process. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.