59--FEMA Maynard Spira Cone
ID: 70FA50WX05236Y2024T-01Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYFEMAWASHINGTON, DC, 20472, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)

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 qualified small businesses to provide the Maynard Spira Cone, as outlined in solicitation number 70FA50WX05236Y2024T-01. This procurement falls under the NAICS code 334220, focusing on radio and television broadcasting and wireless communications equipment manufacturing, with a total small business set-aside designation. The items required are critical for FEMA's operations, and the agency intends to conduct an online competitive reverse auction to facilitate the bidding process, enhancing vendor access and competition. Interested sellers must submit their bids through the Unison Marketplace by September 12, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.

    Point(s) of Contact
    Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
    marketplacesupport@unisonglobal.com
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    FEMA R8 Control Room Consoles
    Active
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA) Region 8 is seeking sources for the procurement of Control Room Consoles for its Mobile Emergency Response Support (MERS) Operations Center located in Denver, Colorado. This sources sought notice aims to conduct market research to identify capable vendors who can meet the specified requirements, with a focus on small businesses as the opportunity is anticipated to be 100% set aside for them. The Control Room Consoles are critical for enhancing operational efficiency and response capabilities during emergencies. Interested parties are encouraged to submit a capabilities statement, including their Unique Entity Identifier (UEI), to the primary contact, Crystal Garcia, at crystal.garcia@fema.dhs.gov, as this notice is not a request for proposals and no solicitation is currently available.
    7E--20144918 IT Market Place Order #31
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide IT commodities, solutions, and value-added reseller services through a combined synopsis/solicitation titled "7E--20144918 IT Market Place Order 31." This procurement is part of the DHS FirstSource II program, and bidders must comply with the terms of their respective IDIQ contracts while ensuring their status to conduct business with the Federal Government is active. The items required are brand name or equal, and the solicitation will be conducted via an online competitive reverse auction on Unison Marketplace, with bids due by September 20, 2024, at 11:00 AM Eastern Time. Interested sellers can reach out to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com for assistance.
    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.
    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.
    Emergency Response Trailers and Supplies
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers as part of a Request for Quotation (RFQ) issued on September 13, 2024. The procurement is exclusively set aside for small businesses under NAICS code 333924, and bidders must comply with the detailed requirements outlined in the Statement of Work (SOW). These trailers are critical for enhancing emergency response capabilities across various field offices located in New Orleans, Miami, San Juan, Houston, and Atlanta. Interested parties must submit their quotes, including a Price Proposal and a Technical Capability Statement, by September 18, 2024, with delivery of demo trailers required within 90 days and finished trailers within 180 days after receipt of order. For further inquiries, contact Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    Harris XL-200P Multiband Portable Radio
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of Harris XL-200P Multiband Portable Radios through a Combined Synopsis/Solicitation. This opportunity is set aside for small businesses and aims to acquire commercial products or services that meet the communication needs of military operations. The radios are crucial for ensuring reliable communication in various operational environments, enhancing the effectiveness of military personnel. Interested vendors should direct inquiries to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com, as proposals are being requested without a formal written solicitation.