FEMA/DECD Nationwide Fleet Maintenance
ID: 70FA5024R00000019Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYNATIONAL CONTINUITY SECTION(CON50)BERRYVILLE, VA, 22611, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

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

    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) seeks bids for fleet repair and recovery services, a 100% small business set-aside contract. FEMA requires around-the-clock, nationwide roadside assistance, including towing services, tire replacements, and major vehicle repairs, in support of its Disaster Emergency Communications Division (DECD).

    The agency prioritizes swift response times, efficient management, and stringent quality standards for the proposed services, which are crucial to its disaster response capabilities. The five-year contract, with a one-year base and four one-year options, offers a monthly subscription for fleet management, with additional fees for incident-based services.

    Interested parties should contact Daniel LaRussa by email, with proposals due August 28, 2024, to be eligible for this important homeland security initiative.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work outlines the requirements for the Contractor to provide fleet repair and recovery services for the Department of Homeland Security's Disaster Emergency Communications Division, which includes 24/7 national roadside assistance, repair management, and maintenance support for a fleet of over 600 vehicles and trailers. The Contractor must ensure services are conducted under manufacturer specifications, provide necessary materials and equipment, maintain compliance with safety and insurance standards, and deliver prompt responses to disaster-related repair needs. Additionally, the Contractor is responsible for managing estimates, invoices, and warranty provisions while coordinating closely with FEMA personnel.
    The document is a Request for Proposal (RFP) from FEMA for fleet repair and recovery services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract allowing for Firm Fixed Price (FFP) and Time & Materials (T&M) task orders. It outlines the contract structure, pricing mechanisms, technical direction expectations, and evaluation criteria for submitted proposals, highlighting the importance of both technical qualifications and cost rationale. Key attachments include a Statement of Work (SOW), cost template, and fleet statistics relevant to the proposal process.
    The document provides an overview of the fleet statistics for the Disaster Emergency Communications Division (DECD) of the Department of Homeland Security's Federal Emergency Management Agency, detailing a total of 615 vehicles, including light wheels, semi-tractors, cargo trucks, and specialty trailers. It also lists typical vehicle makes and models, including Ford, Freightliner, Chevrolet, and others, as well as trailer and generator brands. This information is intended to inform potential contractors about the scope and composition of the DECD fleet.
    The document provides the locations of various FEMA Mobile Emergency Response System (MERS) offices across the United States, listing addresses in Frederick, MD; Bothell, WA; Thomasville, GA; Maynard, MA; Denver, CO; and Denton, TX. Additionally, it includes the address for the Sacramento, CA Incident Management Assistance Team (IMAT) and the DC Fort Worth TX Federal Center. These sites are designated for disaster emergency communications and fleet repair and recovery services.
    The Quality Assurance Surveillance Plan (QASP) outlines the Government's strategies for evaluating contractor performance against specified standards in the Statement of Work (SOW), including the right to inspect contractor records at any time. Key performance standards, such as compliance with specifications and timely responses to requests, must achieve a 100% Acceptable Quality Level (AQL) and will be monitored quarterly. Any necessary corrective actions must be communicated by the contractor to the Government within two business days of receiving surveillance results.
    Four scenarios involving vehicle issues during transit are detailed. In Scenario 1, a Ford 550 lost power due to a blown engine and needs towing and engine replacement. Scenario 2 involved a Cummings ISB engine that shut down due to a broken serpentine belt, which was successfully repaired roadside. Scenario 3 details a Cummings ISB vehicle that wouldn't start and required a battery replacement, while Scenario 4 reports a Dodge 3500 with an ABS light issue due to an open circuit, necessitating the replacement of the ABS ECU.
    The document is a Quality Assurance Checklist for the Department of Homeland Security’s Federal Emergency Management Agency, specifically focused on Fleet Repair and Recovery Services. It outlines various criteria for evaluating the performance of contractors during vehicle repairs and maintenance, including responsiveness, timeliness, and the use of quality parts. The form is designed to collect feedback from requesters to ensure compliance with service standards.
    The document outlines a Fleet Management Package including three Contract Line Item Numbers (CLINs): CLIN 0001 for a monthly fee with unspecified costs for the base and option years; CLIN 0002 that details a service fee for emergency roadside assistance calls; and CLIN 0003 specifying service fees for repair and tire replacement jobs, all set at a fee per incident. The total costs for each CLIN remain undetermined.
    This document outlines a solicitation for an Indefinite Delivery/Indefinite Quantity contract by the Federal Emergency Management Agency (FEMA) for fleet repair and recovery services, emphasizing a comprehensive maintenance and repair strategy for over 600 vehicles. The scope includes 24/7 nationwide roadside assistance, towing, tire replacement, and major repairs, with proposals evaluated based on technical qualifications, corporate experience, and pricing structures. The contract also emphasizes the use of OEM parts, adherence to safety standards, and a robust Quality Assurance Surveillance Plan to ensure compliance with government regulations and standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R6--OPTION - Shredding Services DR-4831-VA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide shredding services under the solicitation titled "R6--OPTION - Shredding Services DR-4831-VA." This procurement aims to secure commercial shredding services that meet or exceed specified requirements outlined in the Statement of Work, ensuring the secure disposal of sensitive documents. The solicitation is set aside for small businesses, with a total small business size standard of $16.50 million, and the bidding process will be conducted through an online competitive reverse auction on the Unison Marketplace platform. Interested sellers must submit their bids by October 18, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    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 proposals for the Hazard Mitigation Technical Assistance Program (HMTAP), specifically for Non-Architectural and Engineering (Non-A&E) services. The procurement aims to establish three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contracts across designated geographic zones in the United States, enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation efforts. These services are critical for supporting resilience grants, conducting environmental assessments, and ensuring compliance with federal regulations related to disaster mitigation. Interested contractors must submit their proposals by Tuesday, November 12, 2024, at 2 PM ET, with a total contract value potentially reaching $93.3 million per contract. For further inquiries, contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@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.
    FEMA Warehouse Scanning Devices
    Active
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA), part of the Department of Homeland Security (DHS), is seeking information on innovative handheld scanning devices to modernize its warehouse operations. The agency aims to identify products that enhance logistics within FEMA Distribution Centers, focusing on capabilities such as barcode scanning for inventory management and shipping processes, particularly in rugged and diverse environments. This Request for Information (RFI) is intended for market research purposes only, with no contracts being formed at this stage; interested vendors must submit their responses by November 4, 2024, and can direct inquiries to Staciellyn Chapman at staciellyn.chapman@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 Direct Lease DR-4781-TX Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified Vendor/Property Management Companies (Vendor/PMC) and/or Property Owners (PO) for the Direct Lease program under disaster declaration DR-4781-TX, aimed at providing temporary housing for individuals displaced by Severe Storms and Hurricane Beryl in Texas. The procurement involves leasing existing rental units in specific counties, including Jasper, Liberty, Polk, San Jacinto, Trinity, and Tyler, for a minimum term of 18 months, with an emphasis on compliance with federal, state, and local housing standards to ensure safe and accessible living conditions. This initiative is crucial for facilitating rapid housing assistance during emergencies, with interested parties required to submit a capabilities package by October 31, 2024, detailing available properties and management capabilities. For further inquiries, interested vendors can contact Venus Griffin or Lisa Thibodeaux at fema-4781tx-ia-directlease@fema.dhs.gov.
    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 Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to participate in a Direct Lease initiative aimed at providing temporary housing for individuals displaced by Hurricane Helene in North Carolina. The procurement focuses on leasing residential properties, including corporate apartments, vacation rentals, and second homes, within a reasonable commuting distance from designated counties affected by the disaster, specifically those listed under FEMA-4827-DR. This initiative is crucial for ensuring that eligible applicants have access to safe and habitable living conditions while they recover from the impacts of the hurricane. Interested parties must submit their capability statements by 5:00 PM EST on November 6, 2024, to Ralph La Rosa at ralph.larosa@fema.dhs.gov, and are encouraged to monitor SAM.gov for further updates regarding the solicitation process.
    W--OPTION - Multi-Function Devices (MFDs) for DR-4831-VA
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Multi-Function Devices (MFDs) under solicitation number 70FBR325Q0000000401. This procurement aims to acquire commercial items that meet or exceed specified requirements, as detailed in the Statement of Work. The MFDs are essential for FEMA's operational needs, facilitating efficient document processing and management. Interested sellers must submit their bids through the Unison Marketplace platform by October 18, 2024, at 2:00 PM Eastern Time, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Tanker Truck Fuel Pick-up
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.