FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
ID: FEMA_CID_BPA_70FA2025Q00000006Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYPREPAREDNESS SECTION(PRE20)WASHINGTON, DC, 20472, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)
Timeline
    Description

    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for its Continuous Improvement Division (CID), aimed at enhancing FEMA's disaster response capabilities through various support services. The procurement focuses on program management, data collection and analysis, product development, training, and conducting after-action reviews, all designed to foster a culture of continuous improvement within the agency. This initiative is critical for ensuring effective disaster management and operational efficiency, reflecting FEMA's commitment to learning from past experiences to improve future responses. Interested contractors should contact Gregory Crouse at gregory.crouse@fema.dhs.gov, with the contract period anticipated from May 2025 to May 2030 and a total estimated value of approximately $21.5 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) seeks to enhance its Continuous Improvement Division (CID) through a Blanket Purchase Agreement (BPA). This BPA aims to support FEMA’s Continuous Improvement Program (CIP) by providing a range of analytical and operational services focused on learning from past disasters to enhance future response efforts. Key objectives include meeting requirements set forth in the Post-Katrina Emergency Management Reform Act to analyze disaster operations, improve agency efficiency, and foster a culture of continuous learning within the organization. The document outlines specific tasks and deliverables for contractors, which cover program management, data collection, comprehensive analysis, product development, training, technical assistance, and disaster support operations. It emphasizes the importance of qualitative and quantitative analysis in generating actionable insights. Further, expectations for contractor personnel qualifications are established, ensuring effective disaster management collaboration. The BPA aligns with various federal policies, illustrating a structured approach to continual improvement in emergency management practices, critical for enhancing community resilience in the face of escalating disasters.
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) has issued a Performance Work Statement (PWS) for its Continuous Improvement Division (CID). This initiative aims to enhance FEMA's capacity for continuous improvement through various support services by an independent contractor as part of a Blanket Purchase Agreement (BPA). The CID is tasked with learning from disasters to improve performance in disaster response and management following guidelines established by the Post-Katrina Emergency Management Reform Act of 2006. The primary objectives include analyzing disaster operations, fostering a culture of continuous improvement within FEMA, and delivering resources that enable effective disaster management. The contractor will provide services including program management, data collection and analysis, product development, training, and disaster after-action reviews. Key personnel must possess extensive experience in emergency management and demonstrate the ability to manage complex support activities. The document outlines various compliance requirements and emphasizes the necessity for training in areas like Section 508 compliance to ensure accessibility. Overall, this initiative reflects FEMA's commitment to improving operational efficiency and effectiveness in disaster response through systematic assessment and learning from past experiences.
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is issuing a Performance Work Statement (PWS) for the Continuous Improvement Division (CID) aimed at enhancing its Continuous Improvement Program (CIP) to support disaster operations. The CID is responsible for learning from past disasters and nurturing a culture of ongoing improvement across the agency. Key tasks include program management, data collection and analysis, product development, training, and consulting, all aimed at ensuring that lessons learned from disaster events are effectively integrated into future operations. The contracting entity will be tasked with providing personnel, resources, and logistical support to achieve these goals. It emphasizes maintaining a culture of responsiveness and efficiency in disaster preparedness, promoting equity in service delivery, and increasing operational readiness. The document outlines specific responsibilities, required qualifications for contractor personnel, task deliverables, and compliance requirements with key federal regulations. This initiative underscores FEMA's commitment to improving its service delivery mechanisms by continually assessing and enhancing operational capabilities in the face of increasing disaster-related challenges.
    The Quality Assurance Surveillance Plan (QASP) outlines a structured approach to assess contractor performance under the Continuous Improvement Division's Blanket Purchase Agreement. The plan specifies the aspects of performance that will be monitored, the methods of monitoring, responsible personnel, and documentation procedures. Key roles include the Contracting Officer (CO), Contracting Officer’s Representative (COR), and other key personnel, ensuring objective oversight and adherence to contract terms. Performance standards focus on timeliness, quality, organization, coordination, and effective reporting, measured against an Acceptable Quality Level (AQL). Various surveillance methods such as direct observation, periodic inspection, and validated customer complaints will be utilized to monitor contractor outputs. The plan also details performance incentives and disincentives based on compliance with quality standards and deliverable timeliness. Overall, this QASP emphasizes the government's commitment to ensure contractor accountability and service quality, while adapting to necessary changes to remain effective.
    The document presents two project scenarios within a federal Request for Proposals (RFP) related to FEMA operations. The first project, the National After-Action Report, requires a comprehensive review of three events across multiple FEMA regions and involves the preparation of a report detailing findings and actionable insights over a 12-month period. Key tasks include project management, requirements identification, data collection and analysis, findings development, and report finalization. Offerors must provide structured methodologies, a proposed resource table, and a staffing plan including specific personnel and their qualifications. The second project entails the design and enhancement of the Continuous Improvement Information System (CIIS) with an external portal for stakeholder collaboration and reporting functionalities. Essential tasks include project management, system design, development, testing, training, and rollout. Respondents are required to outline their approaches, associated risks, and quality management processes while also providing a staffing plan that highlights the skills and experience of key personnel. In summary, the RFP outlines explicit tasks and detailed expectations for proposals from vendors, underscoring the need for technical proficiency in project management, data handling, and system development, and aiming to improve FEMA's operational effectiveness.
    The document outlines two project scenarios for a federal solicitation, addressing the need for comprehensive evaluations and system enhancements. The first scenario involves conducting a National After-Action Report for three FEMA Regions and six states, with an emphasis on project management, data collection and analysis, and the development of findings for public release. Key tasks include defining priorities, stakeholder engagement, and validation of data, culminating in a report exceeding 75 pages with actionable recommendations. The second scenario focuses on the design, development, and maintenance of the Continuous Improvement Information System (CIIS). It aims to enhance the system capabilities to support federal, state, local, tribal, and territorial partners through an external portal for action tracking and after-action reviews. Essential tasks involve project management, stakeholder analysis, system design, quality development processes, testing, and user training to ensure successful adoption. For both scenarios, responses must detail methodologies, staffing plans, technical skills, and labor categories in accordance with the federal procurement guidelines, adhering to a strict page limit for submission. This document serves to guide offerors in creating comprehensive proposals that meet the specified requirements for government contracts.
    The document outlines a government solicitation (70FA2025Q00000006) for a program due to commence in May 2025 and extending through May 2030, involving multiple labor categories and associated costs. It provides a breakdown of expenses for a base year and four subsequent option years, primarily focused on travel and other direct costs (ODC), totaling approximately $1,049,270.14 across the project duration. Each labor category reflects educational requirements and years of experience, indicating a diverse range of positions including project managers, analysts, and technical editors, all requiring at least a bachelor's degree. Notably, key personnel, marked with an asterisk, include roles critical for successful program execution. The core purpose of this solicitation is to solicit proposals from contractors capable of fulfilling these labor needs while adhering to established budgeting and GSA Schedule requirements. The comprehensive pricing worksheet illustrates a logistical framework intended to ensure transparent fiscal responsibility and efficient project management, critical in government contracts to maintain compliance and accountability.
    The document outlines a government solicitation for services through Solicitation 70FA2025Q00000006 NPAD CID, covering the anticipated period from May 2025 to May 2030. It details a structured pricing worksheet for both base and option years, with a total projected cost of $1,049,270.14 covering labor, travel, and other direct costs (ODC). The listing includes multiple labor categories, primarily requiring personnel with a bachelor's degree, detailing minimum experience levels, government labor rates, and the absence of proposed labor costs. Key personnel identified with roles such as BPA Program Manager and various project leads emphasize the need for well-qualified applicants. The focus is on ensuring the procurement of services aligned with government requirements, facilitating effective program management, assessments, and disaster response efforts. The comprehensive structure serves as a critical reference in responding to the RFP and ensuring compliance with federal grants and local RFPs, presenting a clear financial and operational framework for prospective contractors. The document’s organization reflects government procurement processes designed to maintain transparency and accountability in funding management and project execution.
    The document outlines a government solicitation (70FA2025Q00000006) for a contract spanning from May 2025 to May 2030, focusing on the procurement of resources for various labor categories in relation to the implementation of procedures and assessments. The pricing worksheet details costs broken down into the base year and four option years, with travel expenses deemed significant, accumulating to an overall total of $1,049,270.14. The labor categories specified cover a range of positions requiring varying levels of education and experience, primarily targeting those with Bachelor's degrees in related fields. Key personnel roles, including BPA Program Manager and Project Leads for different initiatives, highlight the critical expertise required. The document emphasizes travel, other direct costs, and labor, with a focus on the budgetary constraints and required skill sets necessary for successful contract fulfillment, ensuring compliance with government procurement standards. The solicitation's purpose is to solicit bids from potential contractors who can meet these identified needs effectively while adhering to government regulations and budget limitations.
    The document pertains to the solicitation reference 70FA2025Q00000006, specifically addressing small business concerns in relation to federal requests for proposals (RFPs). It appears to serve as a repository for questions, clarifications, and comments from various companies involved in the RFP process, indicating a proactive approach to ensuring complete understanding and engagement among stakeholders. While the file lacks detailed content beyond the solicitation reference and a numbered list for inquiries, its structure suggests a focus on gathering information and clarifications necessary for small businesses to participate effectively in government contracting opportunities. The emphasis on small business concerns underscores a commitment to fostering inclusivity and diversity in federal projects, which is critical within the context of government grants and RFPs.
    The document pertains to a government solicitation for a Blanket Purchase Agreement (BPA) involving various services under the category of management and analysis related to FEMA's Continuous Improvement Information System (CIIS). It addresses questions and clarifications from potential offerors regarding the solicitation specifics, the qualifications required for personnel, corporate experience definitions, and the pricing structure. It confirms that the current incumbent is The CNA Corporation with an estimated BPA ceiling budget of $42 million. The solicitation outlines that projects are defined as single contracts or task orders, with a detailed evaluation of corporate experience restricted to individual project references. The document also emphasizes the importance of labor categories, qualification specifics, and pricing worksheets while addressing various operational necessities, including training and travel costs, vendor responsibilities, and requirements for proposal submissions, all ensuring compliance with federal regulations. The clarity in these guidelines aims to foster competitive bidding while ensuring FEMA's disaster response capabilities are efficiently supported.
    The document outlines a solicitation for Disaster Continuous Improvement Support Services under GSA’s Multiple Award Schedule on behalf of FEMA’s Continuous Improvement Division (CID). The goal is to issue a single-award Blanket Purchase Agreement (BPA) to the best-value offeror, which should encompass a complete GSA solution without the need for open market services. The BPA will provide various services, including program management support, data analysis, training, and disaster operations assistance for a potential total estimated amount of $42 million over four option periods of 12 months each. The document specifies requirements for quotation submission, labor categories, and pricing structures, along with details for call orders under the BPA. It highlights the expectations for contractor performance, including evaluation processes, billing instructions, and quality assurance protocols. The contractor must deliver non-personal services without the Government exercising any supervision typical of employer-employee relationships, ensuring compliance with federal procurement guidelines. This solicitation represents a critical effort by FEMA to enhance disaster response and recovery capabilities while engaging qualified contractors in providing necessary support services.
    The Federal Emergency Management Agency (FEMA) is soliciting proposals through the General Services Administration (GSA) Multiple Award Schedule for Enterprise Program and Technical Support Services. The aim is to establish a single-award Blanket Purchase Agreement (BPA) valued at approximately $21.5M. The successful contractor will be required to provide a comprehensive GSA solution, covering program management support, data collection and analysis, product development, training, and disaster readiness operations, among others. The contract will have a base performance period of 12 months, with options to extend for four additional 12-month periods. The solicitation emphasizes the need for labor categories and rates in accordance with the GSA schedule, detailing qualifications and experience needed for key personnel. Travel and other direct costs must adhere to the Federal Acquisition Regulation guidelines, and all orders will follow a specific procedure for issuance and payment. Performance will be monitored through a Quality Assurance Surveillance Plan. This requirement reflects FEMA's commitment to enhancing its operational capabilities while ensuring compliance with federal contracting guidelines and the effective management of disaster-related support services.
    This document outlines a federal solicitation for Enterprise Program and Technical Support Services on behalf of FEMA, to be procured under GSA's Multiple Award Schedule. The selected offeror will enter into a Blanket Purchase Agreement (BPA) anticipated to have a total estimated value of $42 million over a period of up to five years, including options. The services sought include program management, data collection, analysis, training, and disaster support. Offerors must provide a comprehensive solution that does not require open market services, with an emphasis on best value determined by a combination of price and other evaluative factors. Detailed invoicing, travel costs, and contracting procedures are stipulated, along with provisions for contractor performance evaluations and government oversight. The solicitation stresses the importance of fair and reasonable pricing, adherence to technical requirements, and the necessity for non-disclosure agreements due to the handling of proprietary data by GTS, the contractor providing acquisition support. The overall purpose of this document is to initiate proposals, ensuring that the government can effectively acquire the necessary support services to enhance its disaster readiness and recovery missions.
    The document outlines a solicitation for Enterprise Program and Technical Support Services by FEMA, seeking offers under the GSA Multiple Award Schedule. The focus is on establishing a Blanket Purchase Agreement (BPA) valued at approximately $21.5 million, aimed at delivering comprehensive program management and technical support to FEMA's Continuous Improvement Division. The proposal requires total solutions without reliance on outside services. A single award will be based on the best value considering price and other factors. Along with detailed pricing schedules for various labor categories, the document sets forth requirements and qualifications for contractors, whose personnel must operate independently from FEMA’s control. Furthermore, it outlines procedural guidelines for call orders, invoicing, and contractor performance evaluations. The BPA will last for one year with the possibility of four additional one-year options, emphasizing structured oversight and quality assurance to ensure adherence to performance standards. This solicitation is part of FEMA's broader strategy to enhance operational effectiveness and ensure readiness for disaster response.
    Lifecycle
    Similar Opportunities
    FEMA LogHOUSE II - Logistics Housing Operations Unit Installation, Maintenance and DeactivationLogistics Housing Operations Unit Installation, Maintenance and Deactivation
    Buyer not available
    The Federal Emergency Management Agency (FEMA), under the Department of Homeland Security, is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE II) contract. This procurement aims to provide comprehensive services including hauling, installation, maintenance, and deactivation of Transportable Temporary Housing Units (TTHUs) to support disaster recovery efforts across the contiguous United States. The contract is structured as a multiple-award, Indefinite Delivery, Indefinite Quantity (IDIQ) type, with a partial small business set-aside, emphasizing the importance of rapid and effective housing solutions in emergency situations. Interested parties should note that the anticipated award date is August 2025, with a minimum guarantee of $12,500 and a maximum ceiling of $2.6 billion. For further inquiries, potential bidders can contact Angelina W. Bachemin at fema-loghouse-ctadmin@fema.dhs.gov.
    Sources Sought - Production and Technical Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking input through a "Sources Sought" notice for production and technical services aimed at enhancing collaboration among various governmental levels and the private sector. The initiative focuses on developing reliable capabilities for effective data transfer and utilization, which is critical for improving disaster resilience and response frameworks, particularly in light of the significant property damage caused by disasters, estimated at over $155 billion. This opportunity emphasizes the importance of partnerships and technical expertise in risk management and emergency preparedness, encouraging participation from small businesses to diversify contributions in materials and technical services. Interested parties can reach out to Valerie Almodovar at valerie.almodovar2@fema.dhs.gov or Christopher Tulowitzky at christopher.tulowitzky@fema.dhs.gov for further information.
    FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is seeking technical support services for the Hermit’s Peak/Calf Canyon Claims Review, aimed at facilitating the efficient processing of claims related to the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. The contractor will be responsible for various operational tasks, including claimant intake, documentation collection, evaluation of claims for compensatory damages, and ensuring compliance with regulatory guidelines, all while maintaining a claimant-centric approach. This procurement is crucial for expediting compensation to affected individuals and will be executed through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure over a five-year period, with a base year and four option years. Interested contractors can direct inquiries to Rachel Woods or Sharon Edwards via their respective emails, and should prepare for the anticipated solicitation release around February 2025.
    Parcel Based Address Correction
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Parcel Based Address Correction services. The primary objectives include accurate parcel-level address correction, real-time geocoding, flood mapping, and comprehensive parcel data provision, all of which must integrate with FEMA’s existing Java Address Correction Service (JACS). These services are critical for enhancing FEMA's disaster response capabilities, ensuring timely and accurate aid delivery to affected individuals during emergencies. Interested vendors must submit their capability statements by February 27, 2025, and can direct inquiries to Janine Bennett at janine.bennett@fema.dhs.gov or Ashley Hill at ashley.hill@fema.dhs.gov for further information.
    Wireline Telecommunications Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide Wireline Telecommunications Services through a Request for Quote (RFQ) identified as 70FA3025R00000001. This procurement aims to establish reliable wireline communication solutions essential for FEMA's operational efficiency, particularly in supporting disaster response and recovery efforts both within and outside the Continental United States. The selected contractor will be responsible for delivering voice, data, and video services, ensuring compliance with federal standards, and maintaining high-quality communication infrastructure. Proposals must be submitted by February 28, 2025, with inquiries due by February 13, 2025. Interested parties can contact Hal Vernon at hal.vernon@fema.dhs.gov or Erik Young at erik.young@fema.dhs.gov for further information.
    Air Ground Support Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for Air Evacuation Aviation Planning and Operational Ground Support Services. This procurement aims to secure contractor-managed multi-functional air operational support resources to assist in federal responses to national events, with a contract period anticipated to include a one-year base and four one-year options. These services are critical for effective emergency response and disaster planning, ensuring that the government can efficiently mobilize air support when needed. Interested vendors should note that the Request for Proposal (RFP) is expected to be released around the week of February 24, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Felicia Castillo at felicia.castillo@fema.dhs.gov.
    FEMA DOT Inspections and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from vendors capable of performing Department of Transportation (DOT) inspections and repairs for its Logistics Management Directorate’s fleet equipment located at Craig Field in Selma, Alabama. This Request for Information (RFI) aims to assess vendor capabilities in areas such as pricing for inspections, completion timeframes for 53-foot trailers, and employee retention versus subcontracting practices, without committing to any contract awards. The information gathered will support FEMA's ongoing efforts to enhance logistical readiness in disaster response scenarios. Interested parties must submit their capabilities statements in a specified format by February 24, 2025, and should direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.
    Manufactured Housing Units (MHUs) Re-Compete 2025
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified manufacturers for the procurement of Manufactured Housing Units (MHUs) as part of the Re-Compete 2025 initiative. The objective is to provide temporary housing solutions for disaster survivors, ensuring that the MHUs comply with HUD standards and various accessibility regulations, as outlined in the Statement of Work (SOW). These units are critical for delivering effective and safe housing in disaster-affected areas, adhering to federal standards for quality and safety. Interested manufacturers must respond to the Request for Information (RFI) by February 24, 2025, and can direct inquiries to fema-mhusrfi2025@fema.dhs.gov for further details.
    FEMA Region VI Steady State Industry Day (March 25, 2025)
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is hosting a virtual Steady State Industry Day on March 25, 2025, aimed at small businesses interested in potential procurement opportunities. This event will provide an overview of forecasted procurements for fiscal year 2025, focusing on construction services and a blanket purchasing agreement for fuel and moving services at the Federal Regional Center in Denton, Texas. The initiative emphasizes vendor engagement and networking, allowing participants to discuss operational challenges and collaborative solutions, with capabilities statements required prior to the event. Interested parties can register for the webinar and should direct inquiries to the FEMA Industry Liaison Program at FEMA-Industry@fema.dhs.gov.
    70FBR425Q00000088 Request for Quote - DR4830-GA Direct Lease Program
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to participate in the DR4830-GA Direct Lease Program, which involves leasing residential properties for temporary housing in response to disaster relief efforts following Hurricane Helene. The procurement aims to secure a minimum of 20 residential units, with specific requirements for accessibility to accommodate individuals with Access and Functional Needs (AFN), while prioritizing local participation in the affected counties of Georgia. This initiative is crucial for providing safe and equitable housing solutions to individuals displaced by the disaster, ensuring compliance with federal regulations and standards. Interested vendors must submit comprehensive proposals by February 28, 2025, detailing available properties and pricing, with further inquiries directed to Ashlee Young at ashlee.young@fema.dhs.gov.