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
    NATIONAL CROSS DOCK & INCIDENT BASE SUPPORT CONTRACT
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to issue a presolicitation for the National Cross Dock & Incident Base Support Contract. This opportunity involves establishing a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing logistical support for cross-docking operations and incident support bases, essential for enhancing FEMA's operational readiness during disaster response. The contract will cover a range of services, including management of cross-docking operations, equipment rental, transportation services, and staffing, with a performance period from June 9, 2025, to June 8, 2030, and the possibility of four additional renewal years. Interested contractors are encouraged to reach out to Edward Rudd at Edward.ruud@fema.dhs.gov or Marcia Irizarry Snyder at marcia.irizarrysnyder@fema.dhs.gov for further details, as no responses are expected until the official solicitation is released.
    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 Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking technical support for the Hermit’s Peak/Calf Canyon Claims Review. This contract aims to provide essential assistance in the processing of claims related to the Hermit’s Peak and Calf Canyon fires, ensuring efficient and claimant-centric service delivery. The contractor will be responsible for tasks such as claim intake, documentation collection, evaluation of claims for compensatory damages, and maintaining compliance with regulatory guidelines, all while delivering a quality control plan and facilitating communication with claimants. Interested parties can contact Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov for further information regarding this opportunity.
    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.
    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.
    SOURCES SOUGHT--Security Enterprise Services and National Maintenance
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified vendors for the Security Enterprise Services and National Maintenance Acquisition, aimed at providing comprehensive maintenance, repair, modification, and installation services for Electronic Security Systems (ESS) across its facilities. This initiative focuses on enterprise standardization, infrastructure modernization, and security convergence, ensuring compliance with federal and industry standards while enhancing FEMA's security infrastructure. The contract will cover various security systems, including Intrusion Detection Systems and Video Surveillance Systems, with a contract period of 12 months and an optional extension, emphasizing the need for qualified personnel with Top Secret Security clearances. Interested parties should contact Matthew Raible at matthew.raible@fema.dhs.gov or call 540-542-2248 for further details, with responses due by the specified deadline.
    Unmanned Aerial Systems Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from potential sources for Unmanned Aerial Systems (UAS) services to enhance its disaster response capabilities. The objective is to procure UAS that can provide high-resolution imagery, transport a minimum payload of 200 pounds, and operate effectively in confined spaces for rescue missions, with services required across the Continental U.S., including Alaska and territories. This initiative is crucial for improving FEMA's operational efficiency during emergencies, as it aims to leverage advanced UAS technology to address challenges in disaster management. Interested parties should submit a Statement of Capability and respond to specific questions outlined in the attached documents by the specified deadline, with inquiries directed to Kimberly Coakley at Kimberly.coakley@fema.dhs.gov or Meaza Zeleke at meaza.zeleke@fema.dhs.gov.
    FEMA Region VI Grey Skies Industry Day (March 27, 2025)
    Buyer not available
    The Federal Emergency Management Agency (FEMA) is hosting the Grey Skies Disaster Acquisitions Industry Day on March 27, 2025, in Baton Rouge, Louisiana. This hybrid event aims to inform small businesses about FEMA's ongoing disaster procurement needs in Region VI, which encompasses Texas, New Mexico, Oklahoma, Arkansas, and Louisiana, focusing on services such as porta johns, armed guard services, and janitorial services. The initiative is designed to enhance collaboration between FEMA and potential vendors, providing insights into government requirements and challenges in emergency management, although it does not guarantee contract awards. Interested participants must register for the event, submit a capabilities statement in advance, and can expect further details regarding the agenda. For inquiries, contact the FEMA Industry Liaison Program at FEMA-Industry@fema.dhs.gov.
    Southwest Coastal Louisiana Nonstructural Coastal Storm Risk Management Project – Design Build Remaining Structures MATOC
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Rock Island District, is seeking qualified contractors for the Southwest Coastal Louisiana Nonstructural Coastal Storm Risk Management Project, specifically for the design and construction of floodproofing measures on individual properties. This procurement aims to establish a maximum of five contractors under a Firm-Fixed Price Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract (IDIQ MATOC) to elevate approximately 3,500 residential homes and implement floodproofing for 342 non-residential structures and 157 warehouses, addressing the high risk of flooding in the region due to hurricanes and rising sea levels. The project is part of a broader initiative to enhance storm damage risk management in Southwest Louisiana, focusing on nonstructural solutions rather than traditional levees or seawalls. Interested vendors must submit their Capability Statements by March 28, 2025, and can contact Troy Robbins at troy.a.robbins@usace.army.mil or 309-794-5205 for further information. The total contract capacity is not to exceed $793 million, with a contract duration of five years and one option year.
    Upper Brownsville Levee & Floodplane Failure
    Buyer not available
    The International Boundary and Water Commission: US-Mexico is seeking contractors for the Upper Brownsville Levee & Floodplain Failure project, which is categorized under federal contracting opportunities. This presolicitation aims to address critical infrastructure needs related to levee and floodplain management, ensuring the safety and resilience of the affected areas. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is vital for maintaining flood control and environmental protection in the region. Interested parties can reach out to primary contact Suzette Smith at suzette.smith@ibwc.gov or by phone at 915-832-4110, or secondary contact Philip Johnson at philip.johnson@ibwc.gov or 915-255-9324 for further details.