FEMA Region VI: LCR-Offsite Backup Solution
ID: 70FBR625Q00000038Type: Solicitation
Overview

Buyer

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

NAICS

Computer and Peripheral Equipment Manufacturing (33411)

PSC

IT AND TELECOM - COMPUTE: MAINFRAME (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B21)

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) Region VI, is seeking quotes for an LCR-Offsite Backup Solution to support its Denton Campus in Texas. The procurement aims to acquire Hewlett Packard Enterprise (HPE) products, and only authorized resellers or distributors are eligible to participate in the bidding process. This initiative is critical for maintaining seamless interoperability with existing IT infrastructure, which is standardized around HP technologies, ensuring operational efficiency and performance. Interested vendors must submit their quotes by 12:00 PM CDT on July 29, 2025, with a budget not exceeding $38,000, and are encouraged to direct any inquiries to Contracting Officer Destiny Dyson at Destiny.Dyson@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to a Request for Quotes (RFQ) issued by FEMA for the procurement of an Offsite Backup Solution to support the Denton Campus of FEMA Region VI. The primary objective is to solicit quotes for Hewlett Packard Enterprise (HPE) products, emphasizing that only authorized resellers or distributors can participate. The procurement is categorized under NAICS code 33411, with a small business size standard of 1,250 employees. The budget for the procurement is set not to exceed $38,000, with quotes due by 12:00 PM CDT on July 29, 2025. The evaluation will be conducted on a Lowest Priced Technically Acceptable (LPTA) basis. Supplier documentation is required to confirm their authorization to sell HPE products, as failure to provide this may render offers unacceptable. The document outlines payment and invoicing terms, which include a net 30-day payment schedule post-acceptance of goods, and stipulates delivery within 35 days after order receipt. Additionally, it mandates compliance with various federal clauses related to telecommunications equipment and contractor responsibilities. The structured guidelines ensure the procurement process enables effective vendor selection while adhering to federal contracting laws.
    The document outlines a sole source/sole brand justification request by FEMA Region VI for the procurement of Hewlett-Packard (HP) servers. The primary reason for this request is the need for seamless interoperability with existing IT infrastructure, which has been standardized around HP technologies. The servers are specifically designed for efficiency within this infrastructure, ensuring performance, scalability, and simplified management. The justification emphasizes that adopting a different brand would significantly disrupt compatibility and operational efficiency, thus compromising critical mission functions. Additionally, no alternative brands were evaluated due to the necessity of replacing an end-of-life system rather than seeking a new solution. The request has been certified to meet competitive bidding requirements and ensures compliance with procurement regulations, underpinning the importance of maintaining integrity in the IT environment while avoiding complications from vendor protests or audits.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    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.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals from qualified small businesses for a contract to supply appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and various safety devices, to support disaster survivors in temporary housing situations. The contract will facilitate FEMA's mission to maintain a ready stock of these items, ensuring efficient disaster response and recovery efforts. Interested vendors must submit their proposals by December 29, 2025, with questions due by December 16, 2025; for further details, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    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.
    HPE Hardware and Software Renewal
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure maintenance support for Hewlett Packard Enterprise (HPE) hardware and software. This procurement aims to ensure the continued security and operational integrity of the USCG network through annual maintenance, which includes technical support, security patch updates, and software release updates. The justification for this brand name procurement is based on the unique requirements of the HPE products, as outlined in FAR 16.505(a)(4)(i), which restricts the opportunity to a single manufacturer. Interested parties can reach out to Michael McFadden at Michael.A.McFadden@uscg.mil or by phone at 703-203-3198 for further details.
    Dell EMC maintenance and support
    Treasury, Department Of The
    The Department of the Treasury, specifically the Internal Revenue Service (IRS), is seeking qualified vendors to provide maintenance and support for Dell EMC storage, backup, and recovery products. This procurement aims to ensure the operational efficiency of these critical IT and telecom network support services, as outlined in the IRS Statement of Work entitled "Dell Storage Maintenance Solution." The solicitation (RFQ 2032L226Q00004) is expected to be released in late November or early December 2025, with a closing date anticipated in the first two weeks of December, and will be exclusively available through NASA SEWP. Interested parties should monitor the NASA SEWP site for updates and are encouraged to direct any inquiries to Christopher Monosiet at christopher.monosiet@irs.gov.
    USAC RFQ: EMC All-Inclusive Unity Hardware Support
    Federal Communications Commission
    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.
    Cohesity Backup Storage
    Senate, The
    The U.S. Senate Sergeant at Arms (SAA) is seeking an authorized reseller of Cohesity for backup storage solutions to manage SAA data effectively. The procurement involves a Request for Quotation (RFQ) for Cohesity 4-Node Blocks, which will be utilized in both production and lab environments, along with related subscriptions and support services. This initiative is crucial for ensuring reliable data storage and protection within the Senate's IT infrastructure. Interested vendors must submit their quotations, including a signed pricing table and compliance documentation, by December 19, 2025, with questions due by December 11, 2025. For further inquiries, contact Tonia Courtney at zemirahcourtney@saa.senate.gov or call 202-909-9017.
    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.
    AMENDMENT 1 - Q&A Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for janitorial services at the Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract, which is a total small business set-aside, requires comprehensive cleaning services to maintain a safe workspace environment for FEMA staff, covering approximately 22,500 square feet of office space. This procurement is crucial for ensuring operational readiness, particularly during Regional Response Coordination Center (RRCC) activations, which may require increased cleaning frequency. Interested vendors must submit their proposals by December 15, 2025, and can direct inquiries to Kendall Feaster at kendall.feaster@fema.dhs.gov, with a requirement for all quotes to remain valid for a minimum of 90 days.