FEMA MWEOC Turf Reinforcement Construction FY24
ID: 70FA5024B00000002Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

CONSTRUCTION OF PARKING FACILITIES (Y1LZ)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The goal of this procurement is to reinforce the turf at the Mount Weather Emergency Operations Center (MWEOC) managed by the Federal Emergency Management Agency (FEMA). FEMA seeks a small business contractor to execute construction services, including soil removal and replacement, rock excavation, and addressing naturally occurring asbestos (NOA). The project is estimated between $1 million and $5 million and must be completed within 180 calendar days of receiving the notice to proceed. Key project requirements involve developing a NOA compliance plan and implementing it within five days. Bidders must comply with Davis Bacon wage determinations and Virginia's contractor licensing laws. The work site is a sensitive government facility, requiring contractors to undergo security clearances and adhere to attire and access guidelines. Substantial completion triggers a 10-day period for the government to conduct final inspections before formal acceptance. Offerors must provide performance and payment bonds for contracts over $100,000. Critical dates include a site visit on August 19, 2024, questions due on August 23, and the final submission deadline on September 9, 2024. Evaluations will prioritize technical merit, past performance, and price. The contracting officer will conduct a pre-award survey and reserves the right to negotiate with offerors or amend the solicitation.
    The document outlines an amendment for a federal solicitation related to the Turf Reinforcement project at the Mount Weather Emergency Operations Center (MWEOC) by the Federal Emergency Management Agency (FEMA). Key updates include government responses to contractor inquiries, a site visit sign-in sheet, and revisions to specifications, particularly in regard to soil and turf installation. The project aims to convert a grass and wooded area into a permeable parking space that supports heavy vehicles. It includes site preparation, erosion control, and stormwater management, adhering to Virginia Department of Environmental Quality regulations. Importantly, contractors are required to manage Naturally Occurring Asbestos and meet specific compaction and maintenance standards. The period of performance is set for 180 calendar days from the Notice to Proceed, with liquidated damages imposed for project delays. The amendment ensures all terms and conditions of the solicitation remain effective and emphasizes compliance with security measures and background checks for contractor personnel. This document serves to ensure clarity in project expectations and requirements, emphasizing the government's commitment to thorough oversight and regulatory compliance in federal contracting processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 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.
    Project WV ERFO FS MNGAH921 2018-1(1) - Monongahela National Forest
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration's Eastern Federal Lands Highway Division, is seeking qualified small businesses for a construction project in the Monongahela National Forest, West Virginia. The project involves trail and road repairs, culvert replacements, and bridge reconstructions across 29 repair sites, necessitated by damage from significant storms, with an estimated total cost between $12 million and $15 million. This initiative aims to enhance infrastructure resilience and promote small business participation in federal contracting opportunities. Interested prime contractors must submit their qualifications by September 25, 2024, to Mr. Michael Sun at EFLHD.Contracts@dot.gov, adhering to specific formatting guidelines for their submissions.
    FEMA Kalmar Yard Spotter Tractors
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is soliciting proposals for the procurement of six Kalmar Yard Spotter Tractors, specifically five 4x2 models and one 6x4 model, each with a Maximum Gross Combined Weight Rating (GCWR) of 81,000 lbs. These tractors are essential for enhancing FEMA's logistics capabilities during disaster response operations, ensuring the efficient movement and transport of lifesaving commodities. The delivery of the tractors is required at various FEMA distribution centers across the United States and Puerto Rico, with a completion timeframe of 300 days from the contract award date. Interested small businesses must submit their quotes by September 17, 2024, and can direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.
    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.
    ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC) aimed at providing design-build and design-bid-build vertical construction services for the Department of Homeland Security's Customs and Border Protection facilities along the southern borders of California, Arizona, New Mexico, and Texas. This procurement is significant as it supports the construction of critical border patrol facilities, with a maximum contract capacity of $1.5 billion over a five-year base period with two option years, and individual task orders not exceeding $150 million. Interested contractors must be registered in the System for Award Management (SAM) and will be evaluated based on a 10% price evaluation for HUBZone businesses, as stipulated by Federal Acquisition Regulation (FAR) 19.1307. Proposals are due by October 15, 2024, and inquiries can be directed to Christopher Preston at christopher.r.preston@usace.army.mil or Nicholas Johnston at nicholas.i.johnston@usace.army.mil.
    Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway Golden Meadow Plant Materials Center 438 Airport Road, Galliano Lafourche Parish Louisiana
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture (USDA) is soliciting proposals for the construction of an Equipment Storage Building, Pesticide Storage Shed, Bulk Fuel Tank Station, and Gravel Driveway at the Golden Meadow Plant Materials Center located in Galliano, Lafourche Parish, Louisiana. The project requires contractors to provide all necessary designs, materials, labor, and equipment to construct a 50-foot by 100-foot pre-engineered steel storage building, along with associated facilities, adhering to local building codes and safety standards. This initiative is crucial for enhancing the USDA's capabilities in environmental restoration and conservation efforts across the region. Interested contractors must submit their proposals by September 18, 2024, and can direct inquiries to Stephen Case at stephen.case@usda.gov or Laureen Eipp at laureen.eipp@usda.gov. The estimated project value ranges between $500,000 and $1,000,000, with a 100% Small Business set-aside requirement.
    J--OPTION - Uninterrupted Power Supply (UPS) Maintenance Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide Uninterrupted Power Supply (UPS) Maintenance Services. This procurement aims to ensure the reliability and functionality of electric power generation systems, which are critical for maintaining operations during emergencies. The solicitation is set as a Total Small Business Set-Aside, with bids to be submitted through the Unison Marketplace platform, where an online competitive reverse auction will take place. Interested sellers must register on the platform and submit their pricing bids by September 16, 2024, at 5:00 PM Eastern Time, and can direct inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    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.
    Fence Boundary Maintenance and Emergency Repair
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service at the Savannah River Site, is soliciting proposals for a contract focused on Fence Boundary Maintenance and Emergency Repair. The contractor will be responsible for providing all necessary labor, materials, and equipment to perform regular maintenance and emergency repairs on approximately 7.1 miles of fencing, including clearing vegetation and repairing damaged sections within a 72-hour response time for urgent repairs. This contract is critical for maintaining the integrity and security of the site, ensuring compliance with federal regulations and safety standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Tung (Joe) Nguyen at tung.nguyen@usda.gov or Jeremy Prince at jeremy.prince@usda.gov for further information.
    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.