FEMA Region VI: IT End User Peripheral Parts
ID: 70FBR625Q00000042Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 6Denton, TX, 76209, USA

NAICS

Computer Terminal and Other Computer Peripheral Equipment Manufacturing (334118)

PSC

IT and Telecom - End User: Help Desk;Tier 1-2,Workspace,Print,Output,Productivity Tools (HW/Perp SW) (7E20)

Set Aside

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

    The Federal Emergency Management Agency (FEMA) Region VI is soliciting quotes for IT End User Peripheral Parts to support its operations at the Denton Campus, resulting in a firm-fixed price purchase order. The procurement includes a variety of items such as webcams, headsets, tools, and privacy screens, which are essential for enhancing operational capabilities and maintaining a professional workspace. Interested vendors must submit their quotes via email to Contracting Officer Destiny Dyson by 1:00 PM CST on August 21, 2025, with the total funding amount not exceeding $48,020.00, and all submissions should reference the RFQ identifier "70FBR625Q00000042" to ensure proper processing.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) Region VI has issued a Request for Quote (RFQ) No. 70FBR625Q00000042 to procure IT End User Peripheral Parts, which will result in a firm-fixed price purchase order. The solicitation is for various IT and general maintenance items, including webcams, headsets, tools, privacy screens, power strips, and other supplies, with pricing to be inclusive of shipping. The procurement will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis, with a small business size standard of 1,000 employees under NAICS code 334118. The delivery terms require items to be delivered within 50 days after receipt of the order, and the Government's affordability range for this request does not exceed $48,500.00. Quotes must be submitted via email to Contracting Officer Destiny Dyson by 12:00 PM CST on August 15, 2025, with the RFQ identifier clearly stated in the subject line. Payment will be made Net 30 days after successful inspection and formal acceptance of goods by the Contracting Officer Representative. The document also outlines detailed terms and conditions, including clauses on inspection, acceptance, payment, disputes, and compliance with federal regulations.
    FEMA Region VI is seeking quotes for IT End User Peripheral Parts to support its Denton Campus, resulting in a firm-fixed price purchase order. The solicitation, RFQ identifier "70FBR625Q00000042: R6 End User Peripheral Parts," falls under NAICS code 334118 (Computer Terminal and Other Computer Peripheral Equipment Manufacturing) with a 1,000-employee size standard. The procurement will be evaluated based on the Lowest Priced Technically Acceptable basis, with an affordability range not exceeding $48,020.00. Delivery is required within 50 days of order receipt, with shipping costs included in pricing. Quotes are due by 1:00 PM CD on August 21, 2025, and must be submitted via email to Contracting Officer Destiny Dyson at Destiny.Dyson@fema.dhs.gov. The file outlines specific items needed, including webcams, headsets, various tools, electrical supplies, privacy screens, and other IT and office peripherals. All items require inspection and formal acceptance by the Contracting Officer Representative before invoice submission, with payment terms set at Net 30 days from acceptance. The document also details administrative procedures, contract clauses (e.g., FAR 52.212-4, 52.212-5), and protest information.
    The document outlines a Request for Quote (RFQ) by the Federal Emergency Management Agency (FEMA) Region VI for IT End User Peripheral Parts, aimed at securing quotations for various products such as webcams, headsets, maintenance carts, and tools necessary for operational support. The solicitation invites competitive bids for a firm-fixed price purchase order, emphasizing a delivery timeframe of 50 days post-order receipt and a budget cap of $52,000. Quotations should adhere to a Lowest Priced Technically Acceptable (LPTA) evaluation basis, while vendors are instructed to reference the RFQ identifier in their correspondence. Submissions are required by August 1, 2025, with inquiries directed to the designated contracting officer. Additionally, specific protocols for invoicing and performance inspection upon delivery are mandated, underscoring compliance with various federal regulations and standards. Overall, this procurement process highlights FEMA's focus on enhancing its operational capabilities through the timely acquisition of necessary IT and tool supplies.
    The document details procurement requirements and a list of items for a federal government acquisition program. For new development or production contracts, including services, exceeding $20 million, the program office must secure an IGCE review and signature from the Component Acquisition Executive (CAE). A signed copy of the IGCE is required by the Office of the USM when submitting the procurement request package to the contracting activity, referencing DHS Instruction 102-01-001-Rev 2. The appended list specifies various items, quantities, and unit of issue, ranging from webcams and headsets to tools, security equipment, and office supplies. Each item includes a part number/ID, quantity, unit, and indicates zero discount, with an estimated unit cost, discounted unit price, and fixed price per line item all showing as $0.00, culminating in a total firm fixed price of $0.00. This suggests the document is a preliminary listing of required items without finalized pricing, serving as a component of an Initial Government Cost Estimate (IGCE) for a Level I or II acquisition program.
    This government spec sheet details a comprehensive list of equipment and supplies, likely for an RFP related to facility setup, maintenance, and IT infrastructure. The items range from general tools like drill sets, ladders, and levels, to specialized IT equipment such as webcams, headsets, smartcard readers, and networking tools. Also included are office furnishings like standing desks and privacy screens, electrical supplies such as power strips and extension cords, and security items like padlocks and anti-theft chains. The document also lists inventory quantities for each item, indicating a significant procurement effort. Key items include a variety of Dewalt and Craftsman tools, Fluke Networks equipment, Logitech peripherals, and various power management solutions. The presence of "TAA compliant" and "ETL Listed" items suggests adherence to specific government and safety standards. The document outlines a broad need for equipping and maintaining a professional workspace or facility.
    The provided document outlines a comprehensive list of equipment and supplies, primarily focused on various tools, electronics, and safety devices, likely for a government procurement initiative. Key items include a Logitech C920e webcam, DEWALT drill and tool kits, and a selection of power strips and computer accessories. The list is organized by product, specifying quantities and models, suggesting a structured compilation for fulfilling an RFP or grant aimed at equipping offices or workspaces. Notable products include consumer electronics, various sizes of computer privacy screens, ergonomic accessories like a vertical USB mouse, and essential tools for maintenance and installation. Additional items such as a moving blanket and maintenance cart highlight logistical and operational considerations within the package. The comprehensive nature of the listed items appears designed to facilitate efficient project execution, maintenance, and support, catering to multiple departments or project scopes. The document reflects a government initiative’s emphasis on compliance, quality, and the functional needs of personnel. Overall, its structured approach underscores the importance of thorough preparation and resource allocation in government contracting.
    The U.S. Department of Homeland Security, FEMA Region VI, is processing a Sole Source/Sole Brand Justification for IT End User Peripherals. The request, dated June 27, 2025, with requisition number 146-N#1509-505173, seeks to acquire IT parts and SCIF (Sensitive Compartmented Information Facility) items. The justification form requires detailed information regarding the unique features of the requested product or brand, the necessity of these features for mission-critical functions, and an evaluation of alternative items or brands. Additionally, it addresses justifications for
    The U.S. Department of Homeland Security, specifically FEMA Region VI, is initiating a sole source/sole brand procurement request for IT parts and end-user peripherals critical for mission operations. The request outlines the need for unique features available only from a particular vendor, emphasizing the necessity for compatibility with existing SCIF (Sensitive Compartmented Information Facility) equipment. Supporting details include a certification of compliance with competitive bidding requirements, an evaluation of other potential vendors, and the reason for selecting a sole vendor based on unique qualifications. The document seeks to ensure that the procurement process adheres to federal standards and can withstand audits or vendor protests. The overarching goal is to secure essential technology to support coordinated activities in alignment with mission-critical objectives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Plum Case Support for the Federal Emergency Management Agency (FEMA), Office of the Chief Information Officer (OCIO), Virginia Disaster Operations Center (VA-DOC)
    Buyer not available
    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.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Buyer not available
    The Universal Service Administrative Company (USAC), under the direction of the Federal Communications Commission (FCC), is seeking quotes for the purchase or renewal of EMC All-Inclusive Unity Hardware Support. This Request for Quotes (RFQ) aims to secure essential hardware support services that are critical for the administration of the Universal Service Fund and its associated support mechanisms. The RFQ is part of USAC's ongoing efforts to maintain and enhance its operational capabilities, ensuring effective management of the funds allocated for various telecommunications support programs. Interested vendors must submit their quotes by December 29, 2025, at 11:00 AM ET, and can find further details and submission instructions on the USAC procurement website. For inquiries, contact Dania Powers at Dania.Powers@usac.org or Noor Jalal at noor.jalal@usac.org.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    Hardware-UPS
    Buyer not available
    The Federal Deposit Insurance Corporation (FDIC) is soliciting quotes for the procurement of hardware and services related to Uninterruptible Power Supply (UPS) systems, specifically under RFQ CORHQ-25-Q-0474. The initiative aims to replace aging, mission-critical hardware nearing the end of its life, including HPE servers, Data Center Expert software, and various hardware components, while also providing extensive support services across multiple FDIC locations. This procurement is crucial for enhancing the reliability of critical applications and mitigating hardware failures. Interested offerors must submit their proposals by December 12, 2025, at 2:00 PM ET, and can direct inquiries to Kacie Lynch at klynch@fdic.gov or by phone at 703-562-2472.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    DISPLAY UNIT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for three 19" flat panel display monitors, identified by part number K9346700, from the manufacturer Scioteq LLC. These monitors are essential for operational use and must be individually packaged and marked according to military standards, ensuring compliance with specific packaging and labeling requirements. Interested vendors must submit their quotations via email to the primary contact, Eric Goldstein, by December 11, 2025, at 9:00 AM Eastern Standard Time, and must be registered in the System for Award Management (SAM) with a valid DUNS number. The contract will be awarded based on the lowest price technically acceptable, under a Firm Fixed Price Contract.
    Buildout of SCIF
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualifications from small businesses to undertake the buildout of a Sensitive Compartmented Information Facility (SCIF) at the Mt. Weather Emergency Operations Center in Bluemont, Virginia. The project involves the completion of approximately 7,000 square feet of semi-completed office space, which includes the installation of a dry cooler, mechanical system upgrades, and various interior finishes and equipment installations. This initiative is crucial for enhancing operational capabilities and ensuring secure information handling within the facility. Interested vendors must submit their capability statements, demonstrating relevant experience and qualifications, by December 12, 2025, to Mr. Matthew Raible at matthew.raible@fema.dhs.gov, with an estimated project cost of $6 million to $8 million and a performance period of two years.
    FCI Texarkana - 1st Qtr FY2026 - Meats
    Buyer not available
    The Department of Justice, through the Federal Bureau of Prisons at FCI Texarkana, is seeking quotes for the procurement of various meat products for the first quarter of Fiscal Year 2026 under Solicitation Number 15B51525Q00000026. This contract, set aside for small businesses, includes items such as beef roast, ground beef patties, turkey, and chicken, with specific requirements for quality, packaging, and compliance with federal food regulations. The contract will be awarded based on price and past performance, with a submission deadline for quotes set for August 22, 2025, at 3:00 P.M. Central Standard Time, and an anticipated award date of August 28, 2025. Interested vendors should contact Galo Morlet at gmorlet@bop.gov or by phone at 903-838-4587 for further details.
    Screening Information Request (SIR) for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES)
    Buyer not available
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the Strategic Sourcing for the Acquisition of Various Supplies and Equipment (SAVES) contract. This procurement aims to establish a multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract for IT hardware and software products, including personal computing devices, network infrastructure, and related lifecycle management services. The contract is crucial for consolidating IT procurements across the FAA, enhancing efficiency, and ensuring compliance with federal standards. Proposals are due via email by January 12, 2026, at 1700 ET, and interested parties should direct inquiries to Dawn Bloome or Kristin Frantz at the provided email addresses.
    Level II Armed Guard Service - State of Tennessee
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking immediate armed guard services in response to the catastrophic tornadoes that struck Tennessee on March 31st and April 1st, 2023. The procurement aims to secure at least eleven federal facilities, including Joint Field Offices and Disaster Recovery Centers, which require a minimum level of security as mandated by DHS guidelines. This urgent need arises from the Federal Protective Service's inability to provide the necessary guard services due to resource constraints, particularly in rural areas where security options are limited. Interested vendors can contact Nicole L. Joseph at nicole.joseph@fema.dhs.gov or by phone at 470-416-9313 for further details on this sole source contract opportunity.