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
    Maryland EOC, Hanover MD B&W Antenna Removal and Deliver
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the removal and delivery of a defunct Barker and Williams BWDI-90 Antenna System from the Maryland Emergency Operations Center (EOC) to the Mount Weather Emergency Operations Center. The procurement requires contractors to provide firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disassembling, removing, and transporting the antenna and associated materials while ensuring compliance with safety and environmental regulations. This project is critical for maintaining effective continuity communications within FEMA's operational infrastructure, emphasizing the importance of timely and careful management of telecommunications systems. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to Erin Cotter at erin.cotter@fema.dhs.gov, with funding secured at or above the Independent Government Cost Estimate.
    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.
    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.
    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.
    FNARS FANS antenna removal- Denton, TX
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors for the removal of two Fan Antenna towers at its National Continuity Programs facility in Denton, TX. The project requires the disassembly and removal of the antennas and associated structures, ensuring safe disposal of debris, restoration of disturbed areas, and compliance with safety regulations. This procurement is critical for maintaining infrastructure integrity and environmental responsibility, with a focus on adhering to federal standards. Interested parties must submit their firm-fixed pricing and technical proposals by September 23, 2024, with the contract awarded to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@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.
    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.
    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.
    Mt. St. Helen's Sediment Retention Structure Crest Raise
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the "Mt. St. Helen's Sediment Retention Structure Crest Raise" project located in Toutle, Washington. This sources sought notice aims to gather information on the capabilities and qualifications of potential contractors for a Firm-Fixed Price (FFP) contract to raise the crest of the Sediment Retention Structure on the North Fork Toutle River, which is critical for managing sediment flow and maintaining levee protection in the region. The project involves significant construction activities, including mobilization, river diversion, rock excavation, and concrete placement, with an estimated construction value exceeding $10 million. Interested firms must submit their responses by 12:00 PM Pacific Daylight Time on September 20, 2024, to Andrew Sprys at andrew.j.sprys@usace.army.mil, including relevant experience and qualifications.