Maryland EOC, Hanover MD B&W Antenna Removal and Deliver
ID: WX02969Y2024TMarylandType: Solicitation
Overview

Buyer

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

NAICS

Power and Communication Line and Related Structures Construction (237130)

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, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the removal and delivery of a defunct Barker and Williams BWDI-90 Antenna System from the Maryland Emergency Operations Center (EOC) to the Mount Weather Emergency Operations Center. The procurement requires contractors to provide firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disassembling, removing, and transporting the antenna and associated materials while ensuring compliance with safety and environmental regulations. This project is critical for maintaining effective continuity communications within FEMA's operational infrastructure, emphasizing the importance of timely and careful management of telecommunications systems. Interested parties must submit their quotes by September 23, 2024, and can direct inquiries to Erin Cotter at erin.cotter@fema.dhs.gov, with funding secured at or above the Independent Government Cost Estimate.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) issued by the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA) for the removal and delivery of a B&W antenna in Hanover, Maryland. The RFQ was issued on September 18, 2024, with quotes due by September 23, 2024. Proposals require both a technical approach detailing methodologies for fulfilling the Statement of Work (SOW) and a separate price breakdown, with awards granted to the lowest priced, technically acceptable bid. Emphasis is placed on a technical review and price evaluation based on fair and reasonable standards, including comparisons to historical prices and independent cost estimates. Offerors must also provide additional information regarding delivery time, shipping costs, and compliance with telecommunications service regulations, including representations about covered telecommunications equipment. The document serves as a crucial procurement instrument aimed at ensuring competitive bidding for government contracting while adhering strictly to regulations regarding telecommunications systems. Compliance requirements address national security concerns related to contracting for certain telecommunications services.
    The FEMA National Continuity Programs document outlines a Statement of Work (SOW) for the removal and delivery of a defunct Barker and Williams BWDI-90 Antenna System from the Maryland EOC to the Mount Weather Emergency Operations Center. Key tasks include carefully disassembling and removing the antenna, sleds, and associated materials, while ensuring safety and environmental compliance. The contractor is responsible for providing all necessary labor, equipment, and materials, coordinating with FEMA representatives, and adhering to strict performance timelines, with all work to be completed within 30 days of contract award. The SOW specifies deliverables, including the complete removal of materials and their proper transportation and storage at the designated location. Final acceptance of work will follow inspections by the Contracting Officer's Representative. The document further emphasizes compliance with insurance requirements and site access protocols requiring employee identification and prior vetting. This project underscores FEMA's commitment to maintaining effective continuity communications through the timely and careful management of its operational infrastructure.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HF Antenna Installation at Oregon Emergency Management
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals for the installation of a USAP 1942 HF Antenna at the Oregon Emergency Management facility. The project requires contractors to provide firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes detailed specifications for antenna and transmission line installation, adherence to the National Electrical Code, and completion within 30 calendar days post-award. This initiative is crucial for enhancing continuity communications as part of FEMA's emergency preparedness and response capabilities. Proposals are due by September 23, 2024, and must include a separate price breakdown and a detailed technical approach; interested parties can contact Erin Cotter at erin.cotter@fema.dhs.gov for further information.
    FNARS FANS antenna removal- Denton, TX
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors for the removal of two Fan Antenna towers at its National Continuity Programs facility in Denton, TX. The project requires the disassembly and removal of the antennas and associated structures, ensuring safe disposal of debris, restoration of disturbed areas, and compliance with safety regulations. This procurement is critical for maintaining infrastructure integrity and environmental responsibility, with a focus on adhering to federal standards. Interested parties must submit their firm-fixed pricing and technical proposals by September 23, 2024, with the contract awarded to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov.
    FEMA Accessible Travel Trailers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of Accessible Travel Trailers under a combined synopsis/solicitation notice. The objective is to provide accessible travel trailers that comply with the Uniform Federal Accessibility Standards and the Architectural Barriers Act Accessibility Standards, specifically designed for disaster survivors, including individuals with disabilities. These trailers will serve as temporary housing solutions during emergencies, enhancing FEMA's capacity to support vulnerable populations in disaster situations. Interested contractors must submit their proposals by September 26, 2024, with a potential contract value of up to $99,932,500 over a five-year period. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Bernetta Burton at bernetta.burton@fema.dhs.gov.
    FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA) RESILENCE HAZARD MITIGATION TECHNICAL ASSISTANCE PROGRAM (HMTAP) NON-ARCHITECTURAL AND ENGINEERING (NON-A&E) SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors to provide Hazard Mitigation Technical Assistance Program (HMTAP) services, specifically non-architectural and engineering services. The procurement involves the issuance of three Indefinite Delivery-Indefinite Quantity (IDIQ) contracts, each designated for different geographic zones across the United States, aimed at enhancing capacity for pre-disaster, during disaster, and post-disaster mitigation efforts. This initiative is crucial for supporting FEMA's mission to improve disaster resilience and compliance with environmental regulations, including flood risk management and assessments. Interested parties must submit proposals by August 19, 2024, with a total estimated funding amount of $1,583,902 for the project, and can direct inquiries to Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    Logistics Supply Chain Management System Cloud (LSCMS-C) - FY25 RECOMPETE
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to support the Logistics Supply Chain Management System Cloud (LSCMS-C) Operations and Maintenance (O&M) requirements. The selected contractor will assist in fulfilling O&M needs and completing remaining upgrade requirements for the LSCMS-C, which is critical for managing disaster response assets and logistics, including purchasing, inventory management, and transportation. This system plays a vital role in FEMA's disaster relief efforts by tracking and reporting the location of assets in real-time across its distribution centers. Interested parties should note that the solicitation is anticipated to be released around September 23, 2024, and proposals are not currently being requested. For further inquiries, potential bidders can contact Judith Hicklin at judith.hicklin@fema.dhs.gov or Staciellyn Chapman at staciellyn.chapman@fema.dhs.gov.
    FEMA/MWEOC Architect/Engineering IDIQ
    Active
    Homeland Security, Department Of
    Sources Sought HOMELAND SECURITY, DEPARTMENT OF is seeking Architect and Engineering services for the Mount Weather Emergency Operations Center (MWEOC) in Mount Weather, VA (zip code: 20135), USA. The services include Master Planning, Regional and Urban Planning, Scope of Work Development, Studies and Surveys, Furniture, Fixtures & Equipment, General and Critical Facilities Commissioning, and Title II Services. The project types include new facilities, additions and annexes, barrier removal, rehabilitation, fire protection, and highways/roads. Interested firms must possess a current/active Defense Counterintelligence and Security Agency (DCSA) Top Secret Facilities Clearance and be licensed to provide professional A/E services in Virginia. Please email FEMA-NCCS-ACQ@fema.dhs.gov by 10/16/2023 with firm name, UEI , confirmation of Top Secret facilities clearance, and confirmation of license in Virginia.
    R6--FEMA ORR Strategic Initiatives Technical Assistance (SITA) (Master BPA)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking technical assistance through its Office of Response and Recovery (ORR) via a Master Blanket Purchase Agreement (BPA). This combined synopsis and solicitation for commercial items is restricted to sellers with relevant GSA Schedules. FEMA requires administrative and management consulting services to support its strategic initiatives. Sellers must have the specified items on their GSA Schedule or act as an authorized agent, with a focus on meeting or exceeding the stated requirements. The solicitation period will end on September 25, 2024. These services are crucial for FEMA's effective response and recovery operations during emergencies and disasters. The agency seeks a streamlined and efficient procurement process, emphasizing competed real-time bids. Interested sellers should register on the Unison Marketplace to access the solicitation details and submit their bids accordingly.
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    Concrete Removal and Disposal Services at Fort Meade, MD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide concrete removal and disposal services at Fort Meade, Maryland, associated with the de-installation of an AN/FSC-78 Satellite Antenna. The contractor will be responsible for transporting up to 40,000 pounds of steel-reinforced concrete slabs, managing the loading, transportation, and disposal processes, while ensuring compliance with safety and environmental regulations. This contract is crucial for maintaining infrastructure at the Army base and is set for a duration of one to five days, scheduled between October 1 and October 31, 2024, with a bid submission deadline of September 26, 2024. Interested parties should submit their quotes via email to Megan Jones at megan.jones5.civ@army.mil, adhering to the requirements for small business set-asides, including participation from service-disabled veteran-owned and women-owned small businesses.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of antennas under the title "59--ANTENNA, IN REPAIR/MODIFICATION OF." The procurement requires contractors to provide firm-fixed price or not-to-exceed pricing along with estimated costs for the repair of the specified antenna, with a quantity increase from 8 to 23 units. This equipment is critical for military operations, ensuring reliable communication and operational effectiveness. Interested contractors must submit their proposals by the extended deadline of October 17, 2024, and can direct inquiries to Shannon McNeill at 215-697-2198 or via email at SHANNON.R.MCNEILL.CIV@US.NAVY.MIL.