FEMA CONSTRUCTION PROJECT
ID: 70FA5025R00000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYNATIONAL CONTINUITY SECTION(CON50)BERRYVILLE, VA, 22611, USA

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Federal Emergency Management Agency (FEMA) is seeking construction services for the "MWEOC Wild Water II Construction FY25" project, which is valued at over $10 million and will take place at the Mount Weather Emergency Operations Center in Bluemont, Virginia. Bidders must possess active TOP SECRET facility and personnel clearances due to the classified nature of the project, with performance expected to commence within seven calendar days and completed within 730 days of the notice to proceed. This project underscores the importance of secure and capable execution of critical infrastructure initiatives, with strict adherence to quality control, insurance requirements, and Davis-Bacon wage determinations. Interested contractors should contact Kevin Hennigan at FEMA-NCCS-ACQ@fema.dhs.gov for further details and adhere to the specified submission deadlines.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for the "MWEOC Wild Water II Construction FY25" project, issued by the Federal Emergency Management Agency (FEMA). It seeks proposals for a construction project valued at over $10 million, which will take place at the Mount Weather Emergency Operations Center. Key requirements include that bidders must hold active TOP SECRET facility and personnel clearances due to the classified nature of project specifications. The timeline stipulates performance must begin within seven calendar days and be completed within 730 days of the notice to proceed. A pre-proposal site visit and submission deadlines are specified, alongside contractor licensing prerequisites enforced by the Virginia Department of Professional & Occupational Regulation. Additional sections elaborate on contract management, including quality control expectations, insurance requirements, and adherence to Davis-Bacon wage determinations. The document emphasizes confidentiality and security protocols due to the sensitive work environment at MWEOC, highlighting the need for rigorous compliance as part of the proposal process. This solicitation reflects the government's commitment to ensuring capable and secure execution of critical infrastructure projects.
    Lifecycle
    Title
    Type
    FEMA CONSTRUCTION PROJECT
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    FNARS B&W BWDS-90N Antenna Install
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors for the installation of a FNARS B&W BWDS-90N antenna at the Nevada Division of Emergency Management. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes the removal of a damaged antenna, installation of a new antenna in an "Inverted V" configuration, and comprehensive testing to ensure compliance with specifications. This project is critical for maintaining effective communication systems as part of FEMA's National Continuity Programs, emphasizing the importance of preparedness in emergency management. Interested parties must submit their proposals by February 14, 2025, and can contact Erin Cotter at erin.cotter@fema.dhs.gov for further information. The project is funded with an amount equal to or greater than the Independent Government Cost Estimate, and completion is expected within 45 days of contract award.
    Manufactured Housing Units (MHUs) Re-Compete 2025
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is conducting a Sources Sought notice for the procurement of Manufactured Housing Units (MHUs) as part of its Market Research for the Re-Compete 2025 initiative. The objective is to identify firms capable of producing HUD-compliant MHUs that meet specific federal standards for safety, accessibility, and construction, ensuring timely delivery and adherence to FEMA's Fit and Finish standards. These units are critical for providing temporary housing solutions to disaster survivors, reflecting FEMA's commitment to effective disaster response. Interested parties are encouraged to submit their feedback by February 24, 2025, and can direct inquiries to fema-mhusrfi2025@fema.dhs.gov, noting that this RFI does not constitute a solicitation for proposals.
    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.
    FEMA Hurricane Helene Critical Public Facility - 911 Center in Mitchell County, North Carolina
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking proposals for the leasing and rental of miscellaneous buildings to support the critical public facility needs following Hurricane Helene in Mitchell County, North Carolina. This procurement aims to establish a 911 Center that is essential for emergency response and public safety in the affected area. The opportunity underscores the importance of providing reliable infrastructure for emergency services, which is vital for community resilience and disaster response efforts. Interested vendors can reach out to Karri Mares at Karri.L.Mares@usace.army.mil or John Hill at john.t.hill@usace.army.mil for further details, with the solicitation documents available for review.
    MULTIFAMILY LEASE AND REPAIR (MLR) REQUEST FOR INFORMATION
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking information regarding the Multifamily Lease and Repair (MLR) program in response to Hurricane Helene, which has significantly impacted housing in Georgia. This initiative aims to provide temporary housing solutions for individuals and households displaced by the disaster by repairing or improving existing multifamily rental properties that meet specific criteria. The program is crucial for ensuring that eligible applicants have access to safe and adequate temporary housing, with FEMA covering costs up to $40,000 per unit for necessary repairs. Interested property owners must submit their responses by February 22, 2024, including detailed property information and compliance with accessibility standards, to the primary contact at FEMA via email at FEMA-DR4830GA-mlrrfi@fema.dhs.gov.
    WA ERFO FS MTBKR605 2020-1(1), Mt. Baker Snoqualmie ERFO Repairs 2020 Phase 1 & WA ERFO FS MTBKR605 2022-1(1), Mt. Baker Snoqualmie ERFO Repairs 2022
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking proposals for emergency repair projects in the Mt. Baker-Snoqualmie National Forest, specifically identified as WA ERFO FS MTBKR605 2020-1(1) and WA ERFO FS MTBKR605 2022-1(1). The projects involve critical infrastructure improvements, including earthwork, roadside development, wall construction, and drainage systems across multiple sites in Washington, covering a total length of 0.4 miles. This initiative is vital for enhancing safety and accessibility in the region's roadways, with an estimated budget ranging from $700,000 to $2,000,000 and a fixed completion target set for Winter 2025. Interested contractors should contact the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further details and to stay updated on the solicitation documents expected to be released in Winter 2024/2025.
    Great Wicomico Rehabilitation Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Great Wicomico Rehabilitation Project, which focuses on the rehabilitation and construction of reef habitats in the Great Wicomico River, Northumberland County, VA. The project involves the mechanical placement of stone substrates to enhance oyster recovery and is categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction, with a construction magnitude estimated between $1,000,000 and $5,000,000. Interested small businesses must adhere to the Davis Bacon Act and are required to submit their bids by the specified deadline, with contract performance expected to commence within 15 days and be completed within 183 days after the Notice to Proceed. For further inquiries, potential bidders can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL.
    FY22 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the FY22 Missile Assembly Support Building Tactical Equipment Maintenance Facility (TEMF) project at White Sands Missile Range in Dona Ana County, New Mexico. This procurement seeks construction services with an estimated budget between $25 million and $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method to enhance missile assembly operations at the site. The project is critical for supporting military readiness and operational efficiency, requiring compliance with federal regulations and sustainability practices. Proposals are due by March 6, 2025, and interested contractors should contact Diana Keeran at diana.m.keeran@usace.army.mil or Erica Talley at erica.m.talley@usace.army.mil for further details.
    FEMA Region VI Grey Skies Industry Day (February 13, 2025)
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is hosting an Industry Day on February 13, 2025, aimed at small businesses interested in disaster procurement opportunities within Region VI, which includes Texas, New Mexico, Oklahoma, Arkansas, and Louisiana. This event will provide insights into FEMA's recurring disaster procurement needs, including services such as armed guard, janitorial, lawn care, and generator maintenance, while fostering engagement between FEMA and potential vendors to discuss challenges and enhance future procurement strategies. The Industry Day is crucial for informing industry partners about FEMA's plans for future contract activities, eligibility requirements, and resources available for small and local businesses. Interested parties must register by February 5, 2025, to attend either in-person or virtually, and can direct inquiries to Destiny Dyson at destiny.dyson@fema.dhs.gov or the FEMA Industry Liaison Program at FEMA-Industry@fema.dhs.gov.