Maynard SpiraCone antenna install
ID: WX01831Y2025TType: Solicitation
Overview

Buyer

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

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)

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), is seeking proposals for the installation of a Spira-Cone antenna at its facility in Maynard, Massachusetts. The project requires contractors to conduct a geological survey, design and install a foundation, and ensure the antenna is equipped with compliant grounding and transmission systems, adhering to safety regulations and environmental considerations. This initiative is crucial for enhancing communication capabilities essential for national continuity programs. Interested vendors must submit their firm-fixed pricing proposals by May 22, 2025, and can direct inquiries to Erin Cotter at erin.cotter@fema.dhs.gov. The contract will be awarded based on the lowest priced, technically acceptable proposal, with a funding amount equal to or greater than the Independent Government Cost Estimate.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for the installation of Spira-Cone antennas as part of the FEMA National Radio System. Issued on April 22, 2025, it requires bids to be submitted by May 22, 2025, to the FEMA contracting officer. Proposals must detail firm-fixed pricing and are evaluated based on four factors: experience in antenna installation, technical approach towards the given scope of work, past performance with relevant references, and a comprehensive cost breakdown. The selection will prioritize best value over the lowest price, allowing for potentially higher offers if they present superior solutions. Additional proposal requirements include delivery time, shipping details, and compliance with telecommunications equipment regulations. The RFQ also emphasizes the vendor's obligation not to utilize covered telecommunications equipment or services, aligning with federal acquisition guidelines to ensure compliance with national security regulations. This procurement process demonstrates the government's commitment to enhancing communication infrastructure while adhering to quality and safety standards.
    The FEMA Office of National Continuity Programs has issued a Statement of Work (SOW) for the installation of a Spira-Cone Antenna at its facility in Maynard, MA. The primary objectives include conducting a geological survey, designing and installing a foundation, and fitting the antenna with compliant grounding and transmission systems. Contractors are to follow specific guidelines related to excavation, installation of conduits, and the setup of transmission lines to ensure functionality and adherence to safety regulations. The project mandates environmental considerations, restoration of disturbed areas, and thorough testing of the installed equipment to confirm specification compliance. Deliverables include a geotechnical report, installation documentation, and restoration evidence. The contractor must provide all labor, equipment, and materials—except those supplied by FEMA—to complete the tasks within 90 days from the contract award. This initiative underscores FEMA's commitment to enhancing communication capabilities essential for national continuity programs.
    The document appears to present a collection of data and information relevant to government Requests for Proposals (RFPs), grants, and associated processes. It likely serves as a reference or guidance for both federal and state/local entities involved in these procurement and funding procedures. Key components include procedural steps, requirements for submission, evaluation criteria, and compliance guidelines. Emphasis is placed on ensuring transparency and fairness throughout the bidding process, particularly for federal grants. The organization of the document follows a logical flow of topics starting with an introduction to RFPs, advancing to detailed guidelines pertaining to the procurement process, evaluation methodologies, and final selection criteria. Specific timelines, eligibility requirements, and documentation standards may also be included to facilitate bidders in submitting comprehensive proposals. This document underscores the government’s commitment to efficient management of public funds and adherence to regulatory frameworks. By outlining the structured approach for RFPs and grants, it aims to promote competitive fairness and maximize the effective use of resources across various operational areas within government agencies.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for a contract to supply Appliances & Safety Equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and safety equipment such as NOAA weather radios and strobe lights, to support disaster survivors housed in TTHUs. The initiative is critical for maintaining a ready stock of housing units to facilitate FEMA's Individual Assistance Direct Housing Program. Interested small businesses must submit their proposals by January 5, 2026, with questions due by December 16, 2025. For further inquiries, 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.
    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.
    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.
    open inspect and report HF DGL CPLR MSR4050
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul/repair of eight HF DGL CPLR MSR4050 antenna couplers, identified by stock number 5985-01-446-1866 and part number 798012-001-001. The procurement requires that the contractor restore the items to "like new" condition, ensuring individual preservation for a minimum of two years, with delivery to the Coast Guard's Surface Force Logistics Center in Baltimore, MD. This service is critical for maintaining operational readiness and reliability of communication equipment used by the Coast Guard. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, and must be registered in the System for Award Management (SAM) prior to submission.
    NFIP Actuarial Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, and guidance related to ratemaking and insurance pricing, which are essential for maintaining a financially sound flood insurance structure. This full and open solicitation (RFP No. 70FA6025B00000004) includes a firm-fixed-price contract with a 12-month base period and four one-year options, with proposals due by January 7, 2026. Interested parties can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with key dates including a question submission deadline of December 3, 2025.
    Replace Medium Voltage Cutoff Switches PSN 16677450
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the replacement of medium voltage cutoff switches at Joint Base Cape Cod in Buzzards Bay, Massachusetts. The project involves design-build services to replace two 5KV distribution switches, along with all incidental wiring and related work, ensuring compliance with current state and federal codes and industry best practices. This procurement is crucial for maintaining operational efficiency and safety within the electrical distribution system at the facility. Interested vendors must submit their intent to propose, bonding capacity, small business designation, and evidence of prior relevant work by December 17, 2025, with a contract value estimated between $250,000 and $500,000. For inquiries, contact Christopher L. Hunsberger at Christopher.L.Hunsberger2@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    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.