FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
ID: 70FA6024R00000012Type: Presolicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYMITIGATION SECTION(MIT60)WASHINGTON, DC, 20472, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) outlines a Performance Work Statement (PWS) for the Hazard Mitigation Technical Assistance Program (HMTAP), focusing on non-architectural and engineering services to enhance disaster resilience. The document details the objectives of the program, which include providing various technical assistance to state and local entities, primarily involving flood risk management and environmental compliance in line with federal laws like NEPA and the Endangered Species Act. FEMA plans to award three Indefinite-Delivery/Indefinite-Quantity (IDIQ) contracts to facilitate efficient disaster response across designated geographic sectors. Key tasks include support for resilience grant programs, conducting environmental assessments, post-event damage assessments, and offering Technical Assistance related to NFIP. The contract emphasizes the need for qualified personnel with expertise in relevant regulations and policies impacting hazard mitigation. Performance expectations include adherence to quality assurance standards and timely reporting on project progress. The document’s structured approach lays out specific requirements, compliance documentation, performance metrics, and instructions for contractor management, ensuring alignment with FEMA's missions to mitigate disaster impacts while complying with environmental and cultural preservation mandates.
    The Federal Emergency Management Agency (FEMA) has developed a Quality Assurance Surveillance Plan (QASP) for the Hazard Mitigation Technical Assistance Program (HMTAP) specifically tailored for Non-Architectural and Engineering (Non-A&E) services. This QASP outlines the framework for evaluating contractor performance, ensuring compliance with performance standards and quality levels as described in the Performance Work Statement (PWS). Key elements include defining stakeholder roles, establishing performance objectives, methodologies for monitoring, and documentation requirements. The plan emphasizes the responsibility of contractors for daily operations while the government's role is to ensure standards are met through surveillance methods like site visits, customer feedback, and performance evaluations. Performance areas focus on timeliness, quality, cost control, and effective staffing management. Contractors are required to maintain a Quality Control Plan (QCP) that demonstrates compliance with performance standards. Regular assessments, including the completion of monitoring forms and reports, enable the government to track service delivery and address deficiencies. The document outlines incentive protocols to encourage high performance while emphasizing the need for corrective actions if standards are not met. Compliance with these provisions supports the overall goal of effective hazard mitigation and support for the grant programs within FEMA's jurisdiction.
    The Cost/Pricing Worksheet is a component of government RFPs, detailing labor categories, education requirements, and pricing structures for various positions. It outlines Standard Labor Categories (LCATs) across multiple fields, such as accounting, engineering, and environmental science, categorizing positions by experience levels (First, Mid, Senior) and stipulating that all personnel must possess at least a bachelor's degree, with specific roles like Word Processor allowing for a high school degree. Offerors are required to propose labor rates, hours worked (set at 1,880 annually), and may suggest additional key personnel along with their respective qualifications. The document also notes that any changes to labor categories or costs must align with government specifications. The primary intent of this worksheet is to ensure standardized pricing and qualifications for contractors bidding on federal projects, helping to streamline the procurement process while maintaining adherence to regulatory standards. This structure enhances transparency and competitiveness among offerors in the public sector marketplace.
    The document is a "Cost/Pricing Worksheet" designed for use in federal government RFPs and grants, detailing labor categories and associated requirements for various professional roles requiring a minimum of a bachelor's degree. It outlines multiple labor categories across sectors, focusing on positions such as accountants, engineers, biologists, and planners, categorized into entry-level, mid-level, and senior positions. Offerors are required to specify their applicable sector and adhere strictly to the provided labor categories, hours, and direct costs while also allowing for the addition of key personnel if they meet required qualifications. The pricing sheet establishes a framework for presenting fully burdened labor rates based on years of experience and service periods, with a total proposed amount highlighted for evaluation. The overarching purpose of this document is to standardize cost submissions in response to government funding opportunities, ensuring that grant proposals remain consistent and adhere to government labor regulations and expectations. Ultimately, this worksheet facilitates a clear financial framework and accountability for any government-funded projects, supporting transparency and proper allocation of taxpayer funds.
    The document is a Cost/Pricing Worksheet associated with federal government Requests for Proposals (RFPs) and grants, detailing labor categories and associated pricing for various professional roles within an unnamed sector. Each role requires specific educational qualifications, primarily a Bachelor’s degree, with levels ranging from entry (First) to senior (Senior) positions. Offerors must adhere strictly to the provided labor categories and cannot modify the specified hours or costs, although they may propose additional key personnel. The worksheet includes spaces for offerors to fill in their proposed labor rates and total costs for work years segmented by experience (0-5, 5-10, 10-20). Additionally, it allows offerors to add rows for any supplementary key personnel they wish to propose. The total proposed amount for the project, as indicated in the worksheet, is $1,583,902. This document emphasizes a structured approach to ensure compliance with government regulations while soliciting competitive pricing for services rendered to federal or state agencies.
    The document outlines a Request for Proposals (RFP) from the Federal Emergency Management Agency (FEMA) for Hazard Mitigation Technical Assistance Program (HMTAP) services. It details the issuance of three Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, each tailored to different geographic sectors across the United States. Each contract will feature a guaranteed minimum of $20,000 and a maximum amount of $93,300,000 for task orders, with the option for both Firm Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF) pricing structures. Key services required include providing personnel, facilities, equipment, and support services, excluding those expressly provided by FEMA. The solicitation breaks down the territories covered by each sector and outlines specific roles regarding experience and educational requirements for potential contractors. The submission deadline for proposals is set for August 19, 2024, emphasizing the importance of compliance with the stipulated guidelines. This RFP exemplifies the federal government's strategy to procure specialized support for its hazard mitigation initiatives and underscores FEMA's commitment to enhancing resilience across various regions.
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Direct Lease Temporary Housing 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 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.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.