Enterprise Acquisition Support Services and Acquisition Support Services
Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYSUPPORT SERVICES SECTION(SS40)WASHINGTON, DC, 20472, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

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

    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.

    Point(s) of Contact
    Lifecycle
    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.
    DG--RRCC Equipment Refresh
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking bids for the "DG--RRCC Equipment Refresh" project, which involves the procurement of commercial IT commodities and solutions. This opportunity is a Total Small Business Set-Aside, meaning only qualified small businesses may submit bids, and it requires adherence to the terms of the DHS FirstSource II IDIQ contract. The items must be Brand Name Only (Exact Match), and the solicitation will be conducted through an online competitive reverse auction on the Unison Marketplace platform, with bids due by September 12, 2024, at 1:30 PM Eastern Time. Interested sellers can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    FEMA LOG Incident Support - Mobile Logistics Office Unit Trailers
    Active
    Homeland Security, Department Of
    FEMA Logistics Incident Support The Federal Emergency Management Agency (FEMA) is seeking rugged, fifth-wheel trailers customized to function as offices, known as Mobile Logistics Office Units (MLOUs), to support its Logistics Operations Division. This notice is a presolicitation to allow contractors to prepare for the upcoming solicitation, anticipated to be released around August 5, 2024. This procurement is a total small business set-aside, with a NAICS code of 336212 and a size standard of 1,000 employees. The agency plans to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for five consecutive years. FEMA requires the delivery of customized trailers that can function as mobile offices. The awardee will manufacture the units in their U.S.-based facility and deliver them to FEMA's Distribution Center in Fort Worth, TX. A prototype will undergo a first article inspection before any production begins. The solicitation will employ a best value trade-off approach, with technical factors weighted more heavily than price. FEMA will use a two-step advisory process to streamline the selection, favoring offerors who have the highest technical merit and lowest risk. Interested parties should prepare their applications accordingly, as the solicitation period may be shorter than the standard 30 days. No proposals are due at this time, and contractors should be aware that the government will not reimburse any costs incurred in preparing responses to this presolicitation notice. For clarification or further information, contractors can contact the primary point of reference listed as: r7-ordering@fema.dhs.gov 202-880-7322 This summary provides an overview of the upcoming opportunity for potential applicants, enabling them to assess their interest and capacity to respond to the formal solicitation when it is issued.
    FEMA MWEOC Turf Reinforcement Construction FY24
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking small business contractors for the construction project titled "FEMA MWEOC Turf Reinforcement Construction FY24." The objective of this procurement is to convert a grass field and wooded area near the M4 Helipad at the Mount Weather Emergency Operations Center (MWEOC) into a permeable parking area that can support heavy vehicles, including the installation of engineered soils and turf, traffic lanes, and a shuttle bus stop. This project is critical for enhancing the operational capacity of a sensitive government facility and ensuring compliance with environmental regulations, particularly concerning naturally occurring asbestos management. Interested contractors must submit their proposals by September 9, 2024, after attending a mandatory site visit on August 19, 2024, and can obtain further details by contacting Kevin Hennigan at FEMA-NCCS-ACQ@fema.dhs.gov. The estimated contract value is between $1 million and $5 million, with a performance period of 180 calendar days from the notice to proceed.
    59--FEMA Maynard Spira Cone
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide the Maynard Spira Cone, as outlined in solicitation number 70FA50WX05236Y2024T-01. This procurement falls under the NAICS code 334220, focusing on radio and television broadcasting and wireless communications equipment manufacturing, with a total small business set-aside designation. The items required are critical for FEMA's operations, and the agency intends to conduct an online competitive reverse auction to facilitate the bidding process, enhancing vendor access and competition. Interested sellers must submit their bids through the Unison Marketplace by September 12, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    23--Enclosed Trailer
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide an enclosed trailer as part of a combined synopsis/solicitation. This procurement is aimed at acquiring commercial items, with the requirement for the items to be either Brand Name or Equal, and is categorized under the NAICS code 333924, which pertains to Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing. The solicitation is set to close on September 10, 2024, at 11:00 AM Eastern Time, and interested sellers must submit their bids through the Unison Marketplace platform, where they can also ask questions regarding the solicitation. For assistance, sellers can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Enterprise Business Management Support Services 2.0 (EMBSS 2.0)
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, US Customs and Border Protection is planning to recompete its Enterprise Business Management Support Services (EBMSS) BPA. The EBMSS 2.0 will provide support for program management and support services. The draft request for quote (RFQ) will be published on the GSA eBuy platform, with industry day to follow. Interested parties will have approximately fifteen (15) days to respond. The industry day will be held prior to the deadline for draft RFQ responses. The notice will be updated if there are any changes to the publishing location.
    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.
    DRAFT Student Support Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC), is seeking qualified small businesses to provide Student Support Services at its facility in Artesia, New Mexico. The contract will encompass project management, vehicle repair and maintenance, driver training support, and firearms support services, including range setups and weapon maintenance. These services are critical for the effective training and operational readiness of law enforcement personnel. The anticipated contract will be a firm fixed price with indefinite delivery, covering one base year and four option years, with the award expected to start on January 1, 2025. Interested vendors should direct inquiries to Nicholas Antal at nicholas.j.antal@fletc.dhs.gov by the specified deadlines, as the draft solicitation is set to be released on September 5, 2024, followed by the final RFP on September 16, 2024.
    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.