FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
ID: FEMA_CID_BPA_70FA2025Q00000006Type: Special Notice
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, specifically the Federal Emergency Management Agency (FEMA), has announced the cancellation of the solicitation ID FEMA_CID_BPA_70FA2025Q00000006 for a Blanket Purchase Agreement (BPA) related to the Continuous Improvement Division. This cancellation is due to significant changes in the original solicitation that cannot be addressed through amendments, and a new solicitation will be issued via SAM.gov to reflect these changes, although the release date is currently unknown. The services sought fall under the NAICS code 541611, which pertains to Administrative Management and General Management Consulting Services, highlighting the importance of effective program management and support in emergency preparedness. For further inquiries, interested parties can contact Gregory Crouse at gregory.crouse@fema.dhs.gov.

    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.
    Similar Opportunities
    NFIP Actuarial Services
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, advice, and guidance related to NFIP ratemaking and insurance pricing, with a focus on updating rating plans, conducting annual rate reviews, and providing support for product development and litigation. These services are crucial for ensuring the effective management and pricing of flood insurance, which plays a vital role in disaster recovery and risk mitigation. Interested contractors should note that the proposal due date is January 7, 2026, and they can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with a performance period of up to five years anticipated for the awarded contract.
    National Clinical Vaccination (NCV) Contract Extension
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is extending the National Clinical Vaccination (NCV) Contract to secure contractor-managed licensed medical professionals for COVID-19 vaccine administration. This extension aims to support federal assistance to state, local, tribal, and territorial partners in response to Major Disaster Declarations related to the COVID-19 pandemic, in accordance with various legislative acts including the Robert T. Stafford Act and the Public Health Service Act. The services are critical for ensuring effective vaccine distribution and administration during ongoing public health emergencies. Interested parties can reach out to Michael Bonds at michael.bonds@fema.dhs.gov or call 202-257-8893 for further details regarding this opportunity.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    MCSC PDSS Support Services - CANCELLATION
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, has announced the cancellation of Solicitation M6785424R7603 for Post Deployment System Support (PDSS) services for the Program Manager Logistics Integrated Information Solutions – Marine Corps (LI2S-MC). The cancellation is due to a latent ambiguity in the solicitation's requirements and changes in government needs, which necessitate a revision to ensure clarity and promote fair competition among potential offerors. A revised solicitation is expected to be issued within the next 120 days, and interested parties are encouraged to monitor SAM.gov for updates. For inquiries regarding this cancellation, please contact Ms. Renée S. Stahl at renee.stahl@usmc.mil.
    Termination of the Department of Homeland Security’s FirstSource III Contracts and Cancellation of the FirstSource III Solicitation
    Buyer not available
    The Department of Homeland Security (DHS) has announced the termination of all FirstSource III Functional Category 1 ITVAR contracts and the cancellation of the solicitation for Functional Category 2 (Software). This decision follows a comprehensive analysis of active contract awards and solicitations, which determined that FirstSource III was non-mission critical and redundant, as similar offerings are available through existing General Services Administration (GSA) and other government-wide solutions. The DHS will continue to utilize GSA and other established contracts for future IT requirements, emphasizing the consolidation of federal procurement to eliminate waste and save taxpayer dollars. For further inquiries, interested parties can contact the OCPO Communications and Industry Liaison at DHSIndustryLiaison@hq.dhs.gov.
    F--Emergency Remedial Response Services (ERRS 6)
    Buyer not available
    The U.S. Environmental Protection Agency (EPA) Region 1 is planning to issue a competitive small business set-aside solicitation for Emergency and Rapid Response Services (ERRS) to address time-critical removals and rapid remedial actions related to hazardous materials and environmental threats. The procurement aims to provide essential services in response to incidents involving oil, hazardous substances, and other pollutants, including those arising from acts of terrorism and natural disasters, within the states of Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont, and 10 Tribal Nations. This contract will be a performance-based indefinite delivery/indefinite quantity (ID/IQ) type, with a maximum duration of 60 months, and is expected to be awarded based on a best value approach. Interested parties should monitor the Federal Business Opportunities website for the forthcoming solicitation number 68HE0125R0004 and direct any inquiries to Caitlin Rodgers at rodgers.caitlin@epa.gov or Ian Epstein at Epstein.Ian@epa.gov.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    DHS Medical Supplies BPA Modification
    Buyer not available
    The Department of Homeland Security (DHS), through the U.S. Customs and Border Protection (CBP), is modifying existing Blanket Purchase Agreements (BPAs) for medical supplies to address urgent operational needs. This modification extends the current BPAs, which support federal personnel in emergency medical services and personal protective equipment (PPE) requirements, through February 24, 2023, while the agency prepares for a competitive acquisition of new medical supplies. The BPAs are critical for fulfilling mission-essential requirements, particularly in response to operational and pandemic-related challenges. For further inquiries, interested parties can contact Dominique Brown at dominique.u.brown@cbp.dhs.gov or by phone at 317-715-6253, or reach out to Donna McMullen at donna.r.mcmullen@cbp.dhs.gov or 317-339-7189.
    National Fallen Firefighter Memorial
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
    LAND MANAGEMENT INTEGRATED RESOURCES (LMIR) NATIONAL BPA
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the Land Management Integrated Resources (LMIR) National Blanket Purchase Agreement (BPA). This BPA encompasses a wide range of services including professional services, natural resources restoration, engineering, project management, and compliance with environmental regulations, with a performance period extending from early spring 2023 through early spring 2033. The LMIR BPA is crucial for supporting various federal agencies in managing and restoring forest and grassland ecosystems across the United States, ensuring adherence to sustainability practices and environmental stewardship. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact the LMIR BPA Team at SM.FS.lmirbpa@usda.gov or call 986-217-1467 for further details.