General Living Kits
ID: 70FB8025R00000011-bType: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYCOMMUNITY SURVIVOR ASSISTANCE SECWASHINGTON, DC, 20472, USA

NAICS

All Other Plastics Product Manufacturing (326199)

PSC

QUALITY CONTROL- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (H172)

Set Aside

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

    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals for the provision of General Living Kits to support disaster survivors residing in Transportable Temporary Housing Units (TTHUs). The procurement involves assembling and delivering kits containing various USDA Certified Biobased disposable products, such as dinner plates, utensils, and trash bags, all adhering to specified quality and environmental standards. This initiative is crucial for ensuring that essential living supplies are available in disaster scenarios, reinforcing FEMA's commitment to effective disaster response. Interested contractors should direct inquiries to Lassey Wilson-Bahun or David Bailey Jr. via email, with proposals due by the specified deadlines, as the contract spans a five-year period with a focus on timely delivery and compliance with federal regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a combined synopsis and solicitation notice for General Living Kits, issued as Request for Proposal (RFP) 70FB8025R00000011. It seeks proposals exclusively from small businesses under the NAICS Code 326199, targeting multiple awards (up to three). The RFP is governed by the Federal Acquisition Regulation (FAR) standards and highlights that offerors must be familiar with applicable regulations. Proposals will be evaluated based on a Lowest Priced Technically Acceptable (LPTA) criterion, requiring careful response to all evaluation factors to avoid being deemed non-responsive. Key attachments include a pricing sheet and a statement of work specifying item requirements and delivery terms. Proposals are due by May 20, 2025, with questions due by May 09, 2025. Additionally, contact information for the Contracting Officer and Contract Specialist is provided for inquiries regarding the solicitation. This RFP illustrates the government’s effort to procure essential supplies while promoting small business participation in federal contracts.
    This document outlines a Request for Proposal (RFP) from the Federal Emergency Management Agency (FEMA) for General Living Kits aimed at providing essential household items to disaster survivors. The solicitation, numbered 70FB8025R00000011, allows for up to three multiple awards under a 100% small business set-aside. Key components include specifications for the kits detailed in the Statement of Work (SOW) and a Pricing Sheet containing item lists. The evaluation of proposals will follow a Lowest Priced Technically Acceptable (LPTA) method, necessitating bidders to address all evaluation factors to avoid being deemed non-responsive. Proposals and questions have specific due dates, while deliveries will be accompanied by detailed tracking documents to ensure accountability. The period of performance spans five years, involving firm-fixed-price orders with no guaranteed minimum order amounts. The document emphasizes compliance with various federal regulations, packaging standards for disaster scenarios, and protocols for contractor inspections and acceptance of delivered goods. Additionally, provisions on government property handling, contract administration, and special requirements are articulated to ensure contractors adhere to FEMA’s operational standards and legal mandates throughout the process. Overall, this RFP signifies FEMA's commitment to providing timely assistance to disaster-affected individuals through well-defined contractual agreements.
    The Federal Emergency Management Agency (FEMA) is seeking to establish a Firm Fixed Price Blanket Purchase Agreement (BPA) for the provision of General Living Kits to support Disaster Survivors residing in Transportable Temporary Housing Units (TTHUs). The contractor is tasked with selecting materials, assembling, packing, and delivering these kits according to specified guidelines, while ensuring compliance with environmental regulations. The General Living Kits must contain various biobased, disposable products including dinner plates, bowls, utensils, and trash bags, all meeting specific quality and safety requirements. Packaging instructions outline that kits should remain sealed in original manufacturer packaging and withstand diverse climatic conditions during storage and transport. Delivery of the kits is expected within defined timelines based on proximity to the contractor’s facility, with a production capacity allowing for at least 2,000 kits initially and a minimum ongoing production of 500 kits per week. The agreement spans a five-year period, emphasizing the importance of timely initiation of deliveries, shipment tracking, and potential replacement of any damaged items at the contractor's expense. This approach illustrates FEMA's commitment to effective disaster response and the provision of essential living supplies to impacted individuals.
    The document outlines a Request for Proposal (RFP) focused on General Living Kits comprising various USDA Certified Biobased disposable products and waste management items. It specifies procurement details for items such as dinner plates, bowls, forks, knives, spoons, hot and cold cups, trash bags, sponges, and paper towels. Each item is categorized by its type, minimum specifications, packaging quantities, and indicates a standardized pricing format, though all listed base prices reflect $0.00. The kit includes essential living supplies intended for use in environments where conventional materials may be impractical, emphasizing sustainability through biobased certifications. This initiative aligns with federal guidelines promoting biobased products, ensuring compliance with environmental standards. Overall, the document serves as a procurement guide for agencies to source eco-friendly materials efficiently, reinforcing the federal commitment to sustainability and reducing environmental impact.
    The document pertains to the "General Living Kits" solicitation process, detailing the structure for submitting contractor questions related to the Request for Proposals (RFP). It includes repetitive sections for contractors to input their first name, last name, email address, company name, and submission date, along with spaces to jot down questions and the government's responses. The file also delineates categories for evaluating responses, distinguishing between critical substantive questions, administrative issues, and significant content problems that could affect implementation. The primary purpose of this document is to facilitate communication between contractors and the government regarding clarifications and to ensure that contractors' inquiries are clearly documented and handled appropriately within the scope of grants and RFP processes at federal, state, and local levels.
    The document outlines the details of a government contract for the provision of General Living Kits, identified by the contract number 70FB8025R00000011. It specifies essential contract information including the contracting party, contract type, award date, and duration. Key details such as the dollar value of the contract and whether the entity is a prime or subcontractor are included. Additionally, it highlights the requirements for identifying personnel involved—such as the Contracting Officer (CO) and Contracting Officer's Representative (COR)—as well as contact details for involved parties. The primary focus of this document is to serve as a Past Performance Form, which collects and summarizes relevant past performance information to assess the contractor's capabilities and experiences. This information is vital within the context of government Requests for Proposals (RFPs) as it helps in evaluating potential contractors for future projects involving federal grants and state and local RFPs. Ensuring accurate representation of past performance is critical for successful bidding and ongoing government contracts.
    The document is a combined synopsis/solicitation notice issued by FEMA for the procurement of General Living Kits, designated by RFP number 70FB8025R00000011. This solicitation invites proposals for multiple awards (up to three) and is open exclusively to small businesses classified under NAICS Code 326199. The General Living Kits are intended to assist disaster survivors temporarily housed in FEMA-managed facilities, containing essential household items. The contract will be established as a Blanket Purchase Agreement (BPA) for a five-year period, entailing delivery orders issued as needed with no guaranteed minimum quantity. The evaluation of proposals will follow a Lowest Priced Technically Acceptable (LPTA) approach, rejecting any offerors failing to meet specified standards. Proposals are due by May 21, 2025, and all items must be packaged and delivered to withstand various environmental conditions while ensuring accessibility during the process. Key personnel associated with the solicitation include Contracting Officer Lassey Wilson-Bahun and Contract Specialist David Bailey Jr. The document emphasizes the importance of compliance with federal acquisition regulations and conditions concerning the handling, shipping, and acceptance of the kits, reinforcing FEMA’s commitment to providing timely assistance to disaster-affected communities.
    Lifecycle
    Title
    Type
    General Living Kits
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    4-Wheel Portability Kit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure eleven 4-wheel portability kits compatible with Kubota GL7000 and GL11000 Diesel Generators. These kits are essential for FEMA's Staging Field Operations, enabling reliable power supply in austere environments during disaster response efforts by facilitating the easy unloading and connection of generators. Interested vendors must submit their firm-fixed price quotes by December 22, 2025, with questions due by December 16, 2025, and are required to include a clear product image along with their submission. For further inquiries, potential bidders can contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or David Bailey Jr. at david.baileyjr@fema.dhs.gov.
    Plum Case Support for the Federal Emergency Management Agency (FEMA), Office of the Chief Information Officer (OCIO), Virginia Disaster Operations Center (VA-DOC)
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure plum cases for hurricane response, specifically for the Office of the Chief Information Officer (OCIO) at the Virginia Disaster Operations Center (VA-DOC). The procurement includes 259 XPL9001 Plum Explorer Plum-Cases, 1 ENH9001 Plum Enhanced Plum-Case, and associated services such as a Plum Care Annual Service Package and a one-year license for the Cradlepoint Net Cloud Manager Platform, which will facilitate warranty, replacement, and software support for the devices. This equipment is crucial for ensuring effective disaster response and recovery operations, as the plum cases will be tested and updated at the VA-DOC before being deployed to Joint Field Offices (JFOs). Interested vendors can reach out to Karen Wilson at karen.wilson@fema.dhs.gov for further details regarding this opportunity.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION – TRAVEL TRAILER/MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for the lease of travel trailer and mobile home pads in response to disaster recovery efforts for incidents DR-4559-LA and DR-4570-LA. This procurement aims to secure necessary facilities to support displaced individuals and families during recovery operations in Louisiana. The justification for this contract is made publicly available in accordance with federal regulations, emphasizing the importance of transparency in government contracting processes. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further information regarding this opportunity.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster response efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals during recovery operations. The justification for this contract is made publicly available in compliance with federal regulations, emphasizing the importance of timely and effective disaster response capabilities. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    66--EVACUATION KIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of evacuation kits under a federal contract. This procurement aims to secure supplies that meet specific technical and quality requirements, as outlined in the Individual Repair Part Ordering Data (IRPOD) and associated military specifications. The evacuation kits are critical for ensuring readiness and response capabilities in emergency situations. Interested vendors should direct inquiries to Kelly L. Slagle at 771-229-0111 or via email at KELLY.L.SLAGLE.CIV@US.NAVY.MIL, with proposals expected to be valid for 60 days post-submission.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases associated with disaster recovery efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals following recent disasters. The justification for this contract is being made publicly available in compliance with federal regulations, emphasizing the importance of transparency in government contracting processes. Interested parties can reach out to Tisha Lee London, CPCM, at tisha.london@fema.dhs.gov or call 202-600-1842 for further details regarding this opportunity.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION – TRAVEL TRAILER/MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve a contract for the lease of travel trailer and mobile home pads in response to disaster recovery efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary facilities to support displaced individuals and families during recovery operations, highlighting the critical need for temporary housing solutions in disaster-affected areas. The justification for this contract is being made publicly available in compliance with federal regulations, and interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further information. The place of performance for this contract will be in Rosepine, Louisiana, ZIP code 70659.
    Justification and Approval For Other Than Full and Open Competition – Mobile Home Pad Leases DR-4559-LA and/or DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster recovery efforts in Lake Charles, Louisiana. This procurement is aimed at securing necessary facilities for individuals displaced by disasters DR-4559-LA and DR-4570-LA, highlighting the importance of providing temporary housing solutions in emergency situations. The justification for this contract is publicly available in compliance with federal regulations, and interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.