70FBR425Q00000088 Request for Quote - DR4830-GA Direct Lease Program
ID: 70FBR425Q00000088Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 4Atlanta, GA, 30341, USA

NAICS

Lessors of Residential Buildings and Dwellings (531110)

PSC

LEASE/RENTAL OF OTHER RESIDENTIAL BUILDINGS (X1FZ)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to participate in the DR4830-GA Direct Lease Program, which involves leasing residential properties for temporary housing in response to disaster relief efforts following Hurricane Helene. The procurement aims to secure a minimum of 20 residential units, with specific requirements for accessibility to accommodate individuals with Access and Functional Needs (AFN), while prioritizing local participation in the affected counties of Georgia. This initiative is crucial for providing safe and equitable housing solutions to individuals displaced by the disaster, ensuring compliance with federal regulations and standards. Interested vendors must submit comprehensive proposals by February 28, 2025, detailing available properties and pricing, with further inquiries directed to Ashlee Young at ashlee.young@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) by the Federal Emergency Management Agency (FEMA) for contractors to lease residential properties for temporary housing in support of disaster relief operations following Hurricane Helene. The RFP emphasizes compliance with federal regulations, particularly Section 504 of the Rehabilitation Act, ensuring accessibility for individuals with disabilities. FEMA aims to secure a minimum of 20 residential units, including ten designated for Access and Functional Needs (AFN). The program targets counties in Georgia impacted by the disaster, prioritizing local participation but remaining open to unrestricted bids. Offerors must submit a comprehensive proposal by February 28, 2025, detailing available properties, pricing, and qualifications. The proposal process will evaluate pricing against fair market rates and ensure aligned services within budget constraints. The government intends to award multiple purchase orders based on the best value to meet housing requirements for individuals affected by the disaster. This initiative underscores FEMA's commitment to providing safe, equitable, and accessible housing solutions during emergencies while adhering to federal guidelines and deadlines.
    The document details FEMA's Request for Proposal (RFP) DR-4830-GA, which seeks Direct Lease Contractors to provide temporary housing for individuals displaced by Hurricane Helene in designated Georgia counties. The contractors are responsible for sourcing, inspecting, and managing rental properties that meet safety standards, ensuring they are fully furnished and functional. The contractor must maintain a portfolio of properties within a 30-60 minute commute from destroyed residences, adhering to federal rent guidelines. FEMA will facilitate the matching of displaced applicants with suitable housing units, handle lease agreements, and manage financial transactions, including security deposits. Contractors must provide regular property updates and compliance inspections, manage maintenance and emergency repairs, and effectively document any damages. The report outlines contractor responsibilities for managing communications, inspections, and necessary training related to safeguarding personal information, ensuring compliance with federal regulations and protocols. The overarching goal is to provide timely, safe, and adequate housing solutions to disaster-affected individuals while maintaining compliance with federal guidelines and ensuring the humane treatment of displaced applicants throughout the relocation process.
    The FEMA Individual Assistance Program outlines criteria for selecting contractors who provide housing solutions for disaster-affected individuals. The evaluation will focus on "Best Value," considering three main factors: Technical capabilities, Past Performance, and Price, with Technical being the most significant. For the Technical evaluation, bidders must demonstrate their ability to meet specific requirements such as property readiness, compliance with HUD standards, and proximity to essential services. Past Performance will assess the contractor's success in delivering similar services within the last three years, requiring detailed project references and roles. The Price factor ensures competitiveness while adhering to established fair market rates. Evaluation of bids will include the total price for all options, allowing for potential contract extensions. The document emphasizes the need for properties to be turn-key ready and for contractors to manage leases flexibly, including potential modifications for accessibility. Overall, the RFP aims to facilitate efficient and effective housing solutions for eligible applicants during disaster recovery, highlighting FEMA's operational standards and contractor requirements.
    The document outlines the terms and conditions for a Direct Lease Contract between FEMA and a property manager for temporary housing assistance under the Robert T. Stafford Disaster Relief and Emergency Assistance Act. It details the process of acquiring rental units for displaced individuals affected by disasters, including provisions for making units accessible to those with specific needs. Key components include the responsibilities of the Contractor regarding unit readiness, compliance with Housing Quality Standards, and necessary modifications to meet accessibility standards. The contract stipulates termination conditions, including steps related to eligibility for assistance and eviction rights. A distinct emphasis is placed on maintaining non-discrimination practices and the prohibition of contract assignment during the lease term. Overall, this document serves as a comprehensive guide to managing temporary housing solutions for disaster-affected individuals while ensuring compliance with federal regulations and standards.
    The document presents the Fiscal Year 2025 Fair Market Rent (FMR) rates by unit bedroom size for various counties in the Valdosta, GA Metropolitan Statistical Area (MSA). It details the monthly rent allowances for one to four-bedroom units across multiple counties including Appling, Berrien, Brooks, and Lowndes. The rates vary based on bedroom size, with one-bedroom units ranging from approximately $623 to $1,096.25 and four-bedroom units from about $1,090 to $2,012.50. This data serves as a guide for housing assistance programs, providing critical information for applicants seeking federal grants and for local government entities involved in housing policies. Understanding these rates is essential for compliance with federal housing standards and enables effective fund allocation for social support initiatives aimed at improving housing access for low-income families within the specified counties.
    The document outlines the Request for Quotations (RFP) for a Direct Lease request for housing, intended for procurement through the federal government. It includes a detailed spreadsheet for vendors to submit information regarding available properties, including essential details like contact information, property management, number of bedrooms and bathrooms, pet policies, and rental rates. Each property must specify accessibility and functional needs, location (floor level), utilities, maintenance fees, and setup costs. The RFP stipulates specific metrics for rental costs, including monthly total calculations for rent, furniture, utilities, property management fees, and maintenance over set periods, highlighting an option for extensions if needed. This document serves as a guideline for potential vendors to provide comprehensive bids, ensuring compliance with federal procurement standards while addressing housing requirements for the government workforce.
    The U.S. Department of Homeland Security is inviting prospective contractors to participate in the DR4830-GA Direct Lease Program by submitting offers that demonstrate their financial and operational capabilities. Offerors must provide proof of adequate financial resources, the ability to meet delivery schedules, a satisfactory performance history, integrity and business ethics, organizational and technical capabilities, necessary equipment and facilities, and eligibility for contract award under applicable laws. Responses should be submitted on the company's letterhead by March 3, 2025, to the Contracting Officer, Ashlee Young. The submission will be assessed to determine contractor responsibility as part of the federal government's procurement process, ensuring that awarded contracts go to qualified and competent providers. The request emphasizes compliance with Federal Acquisition Regulation (FAR) standards and highlights the importance of contractor assurance in fulfilling government contract requirements.
    The document is a Request for Quotations (RFQ) titled "RFQ QUESTIONS (DIRECT LEASE)" under Solicitation #70FBR124Q00000002. It outlines the process for vendors to submit questions regarding the RFQ, with a deadline for submissions set for February 24, 2025, at 12:00 pm EST. The main purpose of this RFQ is to solicit vendor inquiries to clarify aspects of the direct lease requirements set forth by FEMA. The structure includes a section for questions or comments from vendors followed by a column for FEMA's responses. The document is brief, spanning only one page, and emphasizes vendor engagement to ensure clear understanding and compliance with the RFQ parameters. The mention of specific question numbers implies that the document may follow up with detailed inquiries and responses, providing vital information for potential vendors involved in this federal procurement process. Overall, it signifies FEMA's organized approach in facilitating vendor participation and transparency within the procurement cycle.
    Lifecycle
    Title
    Type
    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.
    Manufactured Housing Units (MHUs) Re-Compete 2025
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified manufacturers for the procurement of Manufactured Housing Units (MHUs) as part of the Re-Compete 2025 initiative. The objective is to provide temporary housing solutions for disaster survivors, ensuring that the MHUs comply with HUD standards and various accessibility regulations, as outlined in the Statement of Work (SOW). These units are critical for delivering effective and safe housing in disaster-affected areas, adhering to federal standards for quality and safety. Interested manufacturers must respond to the Request for Information (RFI) by February 24, 2025, and can direct inquiries to fema-mhusrfi2025@fema.dhs.gov for further details.
    FEMA Hurricane Helene Critical Public Facility - 911 Center in Mitchell County, North Carolina
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the FEMA Hurricane Helene Critical Public Facility project, which involves the establishment of a 911 Center in Mitchell County, North Carolina. This procurement is set aside for small businesses and aims to secure services related to the lease and rental of miscellaneous buildings, as outlined under NAICS code 532490. The successful contractor will play a crucial role in enhancing emergency response capabilities in the region, ensuring that critical public safety infrastructure is effectively supported. Interested parties should 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, and they should be aware of the total small business set-aside requirements as they prepare their proposals.
    Parcel Based Address Correction
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Parcel Based Address Correction services. The primary objectives include accurate parcel-level address correction, real-time geocoding, flood mapping, and comprehensive parcel data provision, all of which must integrate with FEMA’s existing Java Address Correction Service (JACS). These services are critical for enhancing FEMA's disaster response capabilities, ensuring timely and accurate aid delivery to affected individuals during emergencies. Interested vendors must submit their capability statements by February 27, 2025, and can direct inquiries to Janine Bennett at janine.bennett@fema.dhs.gov or Ashley Hill at ashley.hill@fema.dhs.gov for further information.
    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 DOT Inspections and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from vendors capable of performing Department of Transportation (DOT) inspections and repairs for its Logistics Management Directorate’s fleet equipment located at Craig Field in Selma, Alabama. This Request for Information (RFI) aims to assess vendor capabilities in areas such as pricing for inspections, completion timeframes for 53-foot trailers, and employee retention versus subcontracting practices, without committing to any contract awards. The information gathered will support FEMA's ongoing efforts to enhance logistical readiness in disaster response scenarios. Interested parties must submit their capabilities statements in a specified format by February 24, 2025, and should direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.
    Air Ground Support Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for Air Evacuation Aviation Planning and Operational Ground Support Services. This procurement aims to secure contractor-managed multi-functional air operational support resources to assist in federal responses to national events, with a contract period anticipated to include a one-year base and four one-year options. These services are critical for effective emergency response and disaster planning, ensuring that the government can efficiently mobilize air support when needed. Interested vendors should note that the Request for Proposal (RFP) is expected to be released around the week of February 24, 2025, and must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Felicia Castillo at felicia.castillo@fema.dhs.gov.
    Wireline Telecommunications Services
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking qualified contractors to provide Wireline Telecommunications Services through a Request for Quote (RFQ) identified as 70FA3025R00000001. This procurement aims to establish reliable wireline communication solutions essential for FEMA's operational efficiency, particularly in supporting disaster response and recovery efforts both within and outside the Continental United States. The selected contractor will be responsible for delivering voice, data, and video services, ensuring compliance with federal standards, and maintaining high-quality communication infrastructure. Proposals must be submitted by February 28, 2025, with inquiries due by February 13, 2025. Interested parties can contact Hal Vernon at hal.vernon@fema.dhs.gov or Erik Young at erik.young@fema.dhs.gov for further information.
    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.
    RFI- FEMA Disaster Ops for Transportation Services (DOTS) VIPR
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking industry insights via a Request for Information (RFI) for disaster transportation services in Puerto Rico and the U.S. Virgin Islands (USVI). The objective is to gather capabilities from firms that can provide comprehensive transportation services for delivering critical Initial Response Resources (IRR), such as food, water, and medical supplies, to remote areas affected by disasters, addressing challenges related to damaged infrastructure and resource distribution. Interested contractors are invited to submit their capabilities packages by February 28, 2025, to assist FEMA in establishing effective disaster response logistics, with inquiries directed to Edward Rudd at Edward.ruud@fema.dhs.gov.