Request for Information--Mobile Emergency Office Vehicles
ID: MEOV2025Type: Sources Sought
Overview

Buyer

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

NAICS

Motor Vehicle Body Manufacturing (336211)

PSC

PASSENGER MOTOR VEHICLES (2310)

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 issuing a Request for Information (RFI) for the procurement of three Mobile Emergency Office Vehicles (MEOVs) that are TEMPEST certified and protected against High-Altitude Electro-Magnetic Pulse (HEMP) threats. These vehicles are intended to enhance FEMA's emergency communication capabilities and must adhere to stringent specifications outlined in the accompanying Statement of Work, including advanced electrical systems and self-sustainability for 24 hours without external power. Interested vendors are required to submit their capabilities, including a Rough Order of Magnitude for costs, with questions due by April 24, 2025, and capability statements by May 1, 2025. For further inquiries, vendors can contact Tara Shirley at tara.shirley@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) is seeking to acquire three Mobile Emergency Office Vehicles (MEOV) that are TEMPEST certified and protected against electromagnetic pulses. These vehicles are intended for rapid deployment in disaster scenarios, providing essential support to affected populations and disaster management teams. The procurement process includes a detailed project timeline with phases for construction, inspections, and training. The specifications outline stringent requirements for truck chassis, office coach exterior, functional, operational, and communication systems, ensuring the vehicles can operate effectively under challenging conditions. Key features include advanced electrical systems, environmental controls, well-equipped workstations, and integral safety measures. The vehicles must be self-sustaining for 24 hours without power and compliant with safety regulations. This statement of work highlights FEMA’s commitment to enhancing emergency response capabilities through modern, durable mobile solutions.
    The document outlines inquiries related to the Mobile Emergency Office Vehicles (MEOV) specified in a government RFP. Key issues addressed include confirmation of the gross vehicle weight rating, customer-supplied equipment (CSE), and the requirement for both the vehicle and trailer to be HEMP shielded per MIL-STD-188-125-2. It clarifies that the contractor is accountable for testing both the trailer and vehicle to meet illumination requirements, as well as confirming the expected radio frequency (RF) attenuation performance, set at 100dB at 1GHz and 10GHz. The communication establishes that while the customer does not require additional security measures for TEMPEST compliance, an STC of 50 rating for sound insulation is desirable. Additionally, responses confirm the absence of specific DHS/FEMA guidelines for vehicle decals, with an agreement to update project specifications accordingly. The document's purpose is to clarify requirements and responsibilities in the RFP, facilitating clearer communication between the government and potential contractors, ensuring compliance with standards, and defining roles concerning equipment and performance specifications.
    The Federal Emergency Management Agency (FEMA) is issuing a Request for Information (RFI) regarding the procurement of three Mobile Emergency Office Vehicles (MEOVs) that are TEMPEST certified and protected from High-Altitude Electro-Magnetic Pulse (HEMP) threats. This RFI seeks input to assess vendor capabilities related to the project, with vehicles required to adhere to specifications outlined in the accompanying Statement of Work (SOW). Interested providers must submit responses detailing their ability to deliver the vehicles and a Rough Order of Magnitude (ROM) for costs by the specified deadlines. Key requirements for vendor submissions include business information, point of contact details, existing contract numbers, and company classification (e.g., small business). The deadline for RFI questions is April 24, 2025, while capability statements are due by May 1, 2025. These vehicles are intended to enhance FEMA's emergency communication capabilities across the continental United States.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet stringent specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, both domestic and overseas. Interested vendors must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov for further information.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@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.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above, including associated shipping and on-site training. This procurement aims to enhance FEMA's emergency response capabilities by updating their fleet with compliant generators that meet Tier 4 Final EPA standards, which are essential for operations both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further details and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) intended for disaster survivors. The procurement involves a Blanket Purchase Agreement (BPA) for standard household furniture items, including sofas, armchairs, dining sets, and beds, which are essential for ensuring that eligible individuals have the necessary furnishings during their temporary housing period. This initiative is critical for maintaining a ready stock of units to support FEMA's Individual Assistance Direct Housing Program, with a performance period spanning five years, including one base year and four option years. Interested vendors must submit their proposals by January 12, 2026, and can direct inquiries to Ejona Lika or Tamara Beach at FEMA via the provided email addresses.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Homeland Security, Department Of
    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.
    BWDS-90 Antenna Repair Georgia Emergency Management Agency
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking bids for the repair of BWDS-90 antennas for the Georgia Emergency Management Agency located in Atlanta, Georgia. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disconnecting existing antenna mounts, installing extension masts, and conducting comprehensive post-installation testing. This project is critical for maintaining the functionality of the FEMA National Radio System, ensuring effective communication during emergencies. Interested contractors must submit their proposals, including a technical approach and past performance references, by the specified deadline, with the award going to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov or call 301-980-8545.
    PL EA - Vehicle Mounted ESEA System RFI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a Request for Information (RFI) for a Vehicle Mounted Electromagnetic Support and Electromagnetic Attack System. This RFI seeks mature commercial off-the-shelf (COTS) or government off-the-shelf (GOTS) systems capable of electromagnetic sensing and attack, aimed at informing requirements development and acquisition strategy for the Army's electronic warfare capabilities. Interested parties, particularly Cleared Defense Contractors with an active CAGE Code and a SECRET or higher Facility Clearance Level, are invited to submit white papers detailing their system's maturity, technical capabilities, and cost/schedule by December 18, 2025, at 3:00 PM EST. For further inquiries, interested vendors can contact Kimberly Barnes at kimberly.v.barnes.civ@army.mil or Kellie R. Clavijo at kellie.r.clavijo.civ@mail.mil.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Homeland Security, Department Of
    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.