Individual Assistance Kiosk Prototypes
ID: 70FA3126I00000001Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINFORMATION TECHNOLOGY DEVELOPMENT AND SUSTAINMENTWashington, DC, 20472, USA

NAICS

Computer Systems Design Services (541512)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking vendors to design, develop, and deliver prototypes of Mobile Kiosk Units intended for use in disaster response scenarios. These kiosks will serve as self-service options for disaster survivors, allowing them to apply for assistance, upload documents, check case statuses, and access information about services from other agencies, thereby streamlining routine tasks and enabling staff to focus on more complex cases. Key requirements for the kiosks include ADA compliance, internet connectivity, privacy features, and security measures, with optional enhancements such as battery backup and remote monitoring capabilities. Interested parties should contact Ross Wakeman at ross.wakeman@fema.dhs.gov for further information, and responses to the Request for Information are due by February 7, 2026.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided document, titled "IAMO Kiosk Questions," outlines abbreviations, acronyms, and definitions pertinent to a government procurement or contract. It lists common acronyms like CLIN (Contract Line Item Number), FEMA (Federal Emergency Management Agency), FFP (Firm-Fixed-Price), and T&M (Time-and-Materials), along with their meanings. The document also defines key terms related to task orders, emphasizing that they will be based on the period of performance (TERM) and that the level of effort must be clearly defined, referencing FAR 16.306(d)(2) and (d)(4). This file serves as a reference for understanding the terminology and contractual structures likely to be encountered in federal government RFPs, grants, or similar procurement processes.
    FEMA's Recovery Directorate/Individual Assistance Division has issued a Request for Information (RFI) for Mobile Kiosk Unit prototypes. These kiosks will serve as self-service options for disaster survivors to apply for assistance, upload documents, check case status, and access information on services from other agencies. The initiative aims to streamline routine tasks, freeing up staff for more complex cases. Key requirements for the kiosks include ADA compliance, document upload capability, integration with disasterassistance.gov, privacy features (privacy screen, audio jack, PIN pad, applicant photo capability, multilingual instructions), security measures (auto log-out, data deletion), compactness, transportability, internet connectivity, and a one-year maintenance and service contract. Optional features include battery backup, anti-theft mechanisms, and remote monitoring. The RFI also details capabilities such as document upload, registration intake, case status inquiry and updates, and the ability to connect with a FEMA call center agent with remote access. The RFI is for information gathering only, with responses due by February 7th, 2026.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Plum Case Support for the Federal Emergency Management Agency (FEMA), Office of the Chief Information Officer (OCIO), Virginia Disaster Operations Center (VA-DOC)
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure plum cases for hurricane response, specifically for the Office of the Chief Information Officer (OCIO) at the Virginia Disaster Operations Center (VA-DOC). The procurement includes 259 XPL9001 Plum Explorer Plum-Cases, 1 ENH9001 Plum Enhanced Plum-Case, and associated services such as a Plum Care Annual Service Package and a one-year license for the Cradlepoint Net Cloud Manager Platform, which will facilitate warranty, replacement, and software support for the devices. This equipment is crucial for ensuring effective disaster response and recovery operations, as the plum cases will be tested and updated at the VA-DOC before being deployed to Joint Field Offices (JFOs). Interested vendors can reach out to Karen Wilson at karen.wilson@fema.dhs.gov for further details regarding this opportunity.
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) as part of a combined synopsis/solicitation (RFQ 70FB8026Q00000007). The procurement includes standard household items such as sofas, armchairs, dining sets, and bed frames, which are essential for supporting disaster survivors housed in TTHUs. This initiative is critical for maintaining a ready stock of furniture to assist individuals during emergencies, ensuring compliance with safety and regulatory standards. Interested vendors must submit complete proposals by January 12, 2026, with questions due by December 30, 2025; for further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    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. This procurement aims to support FEMA's emergency response operations by providing essential power generation equipment, including necessary fuel tanks and on-site training, to ensure compliance with environmental regulations. 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 information and ensure they are registered in the System for Award Management (SAM) prior to submission.
    Generators - 400kW & Below
    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 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 specific technical specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, including both domestic and overseas sites. Interested small businesses 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 for further information.
    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.
    Mobile and Transportable Microreactor System
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is issuing a Request for Proposal (RFP) for the development, testing, and deployment of mobile and transportable microreactor systems aimed at enhancing national energy resilience and supporting critical DHS missions. The project seeks to deliver ten microreactor units capable of providing continuous electrical output of 1–5 MWe, with a core life of 3 to 10 years without refueling, to be utilized in both fixed-site and expeditionary environments, particularly during emergency response and disaster recovery operations. This acquisition is significant as it represents the first federal microreactor system designed for diverse operational conditions, with a total estimated contract value of $722 million for two contract awards. Interested offerors must submit their proposals by January 9, 2026, at 4:00 PM Eastern Standard Time, and can direct inquiries to Darin Andrew Jones at Darin.Jones@hq.dhs.gov or John Whipple at John.Whipple@hq.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.
    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.
    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.
    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.