National Flood Insurance Program (NFIP) Standard Operations
ID: 70FA6025I00000003Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYMITIGATION SECTION(MIT60)WASHINGTON, DC, 20472, USA

NAICS

All Other Insurance Related Activities (524298)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractor support for the National Flood Insurance Program (NFIP) Standard Operations. The contractor will be responsible for coordinating with various stakeholders, including Write Your Own (WYO) insurance companies, to facilitate the delivery of the NFIP, which currently insures approximately 4.7 million flood policies. This initiative is crucial for enhancing disaster preparedness and resilience in flood management, ensuring effective administration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act. Interested organizations must submit their qualifications by April 3, 2025, with the anticipated performance period running from December 2026 to December 2033. For further inquiries, contact Bryan Falcone at bryan.falcone@fema.dhs.gov or call 202-316-0527.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) has issued a Sources Sought Notice (SSN) seeking contractor support for the National Flood Insurance Program (NFIP). The contractor will coordinate with various stakeholders, including Write Your Own (WYO) insurance companies, to facilitate the delivery of the NFIP, which insures approximately 4.7 million flood policies. Key responsibilities include managing communications, establishing field offices during flood events, and providing subject matter expertise to assist with a high volume of flood insurance claims. The SSN is part of a market research effort, not an official request for proposal, aimed at assessing the capabilities of eligible business sources. Organizations interested in responding must submit their qualifications by April 3, 2025, detailing past performance, business size, and experience with similar contracts. The anticipated performance period spans from December 2026 to December 2033, with the aim of full and open competition for procurement. This initiative demonstrates FEMA's ongoing commitment to disaster preparedness and resilience in flood management, ensuring effective administration under the authority of the Robert T. Stafford Disaster Relief and Emergency Assistance Act.
    The NFIP Standard Operations Draft Statement of Work outlines the responsibilities for a contractor to support the National Flood Insurance Program (NFIP) managed by FEMA's Federal Insurance Directorate. The document specifies the contractor's tasks across three main areas: management and administration, standard operations, and flood disaster operations. Key objectives include enhancing customer experience, facilitating communication among stakeholders, and providing subject matter expertise in underwriting, claims operations, and disaster response. The contractor is required to establish field offices in disaster scenarios, ensure the continuity of services, and effectively transition in and out from contracts. Comprehensive reporting, quality management, and adherence to relevant federal regulations are emphasized throughout the document. This proposal reflects the government's commitment to supporting flood victims and improving operational efficiency while safeguarding sensitive data in compliance with privacy regulations. Overall, the document serves as a guideline for prospective contractors, detailing expectations and deliverables crucial for the NFIP's effective functionality and responsiveness during flood events.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide Disaster Continuous Improvement Support Services for its Continuous Improvement Division (CID). The procurement aims to secure a range of services, including Program Management Support, Data Collection and Analysis, Training, Technical Assistance, and Disaster Readiness Operations, with an estimated total value of $41.5 million over a five-year period, consisting of a base year and four option years. This BPA is critical for enhancing FEMA's operational effectiveness and disaster response capabilities. Interested vendors must submit their questions by January 16, 2026, and their quotations by February 13, 2026, with further inquiries directed to Contracting Officer Gregory Crouse at gregory.crouse@fema.dhs.gov.
    National Clinical Vaccination (NCV) Contract Extension
    Homeland Security, Department Of
    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.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    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.
    JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION - MOBILE HOME PAD LEASES DR-4559-LA & DR-4570-LA
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to justify and approve contracts for mobile home pad leases related to disaster response efforts in Louisiana (DR-4559-LA & DR-4570-LA). This procurement aims to secure necessary leasing arrangements for non-building facilities to support displaced individuals during recovery operations. The justification for this contract is made publicly available in compliance with federal regulations, emphasizing the importance of timely and effective disaster response capabilities. Interested parties can reach out to Tisha Lee London at tisha.london@fema.dhs.gov or by phone at 202-600-1842 for further details.
    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.
    World Trade Center Health Program - National Program Administrator
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking proposals for the role of National Program Administrator (NPA) for the World Trade Center Health Program (WTCHP). The NPA Contractor will be responsible for providing care coordination services to responders and survivors living outside the New York Metropolitan Area, including establishing a nationwide network of healthcare providers for monitoring and treatment benefits as mandated by the James Zadroga Health and Compensation Act. This acquisition is critical for ensuring comprehensive member support, appointment scheduling, medical benefit management, and case management services, with a contract period starting in March 2026 and extending through March 2031, including a base year and four option years. Interested offerors must submit questions by January 5, 2026, and proposals by January 30, 2026, with further inquiries directed to Megan Kelly at xvp9@cdc.gov or Liubov Kriel at vyh1@cdc.gov.
    Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, focusing on elevating residential structures in Suffolk County, New York. This project aims to mitigate coastal storm risks by raising existing homes to specified flood elevations, requiring contractors to adhere to strict design and construction standards, including the submission of a Project Labor Agreement as mandated by Executive Order 14063. The procurement process emphasizes the importance of experience with residential structures and will evaluate proposals based on past performance and technical approach. Interested parties must submit their proposals by January 9, 2026, at 2:00 PM EST, and can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil.
    Exchanges with Industry Before Receipt of Proposals - Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New York District, is seeking industry input for the Fire Island Inlet to Montauk Point (FIMP) Nonstructural Pilot Project, specifically Contract 6b, which involves the design-build elevation of up to 67 homes to their Design Flood Elevation. This initiative aims to gather feedback on bid schedule formats and project execution considerations, including homeowner opt-out potential and real estate acquisition timelines, to inform future procurement methodologies. The project, estimated to cost between $25 million and $100 million, is critical for enhancing flood resilience in Suffolk County, New York. Interested parties can direct inquiries to Michael McCue at michael.l.mccue@usace.army.mil, noting that no awards will be made from this announcement and no solicitation is currently available.