FNARS B&W BWDS-90N Antenna Install
ID: WX01357Y2025TType: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Nevada Division of Emergency Management has issued a Request for Quote (RFQ) for the installation of FNARS B&W BWDS-90N antenna, with a submission deadline of February 14, 2025. This procurement, funded by the Department of Homeland Security (DHS), Federal Emergency Management Agency (FEMA), seeks firm-fixed pricing for services detailed in the Statement of Work (SOW). Proposals will be evaluated based on a technical approach, relevant past performance, and pricing, with the lowest priced, technically acceptable offer to be selected. Offerors must provide a detailed account of their methodologies, relevant project references from the past three years, and a comprehensive cost breakdown. Specific provisions regarding telecommunications and video surveillance services must be addressed, ensuring compliance with the John S. McCain National Defense Authorization Act. The desired completion timeframe for the project is within 45 days of contract award. The RFQ outlines additional submission requirements, including delivery timelines and necessary representations about telecommunications equipment, which are critical for securing government contracts.
    This document outlines the Statement of Work (SOW) for the installation of a BWDS-90N Antenna as part of FEMA's National Continuity Programs at the Nevada Division of Emergency Management. The contractor is tasked with removing the existing damaged antenna and installing a new one in the designated "Inverted V" configuration, utilizing FEMA-furnished materials. Key operations include the installation of a new transmission line, the restoration of disturbed areas, and comprehensive testing of the new system to ensure compliance with specifications. Deliverables include documentation of the installation process, testing results of the antenna and transmission line, and restoration of any disturbed grounds. The project is to be completed within 45 days, requiring the contractor to comply with stringent safety standards and provide necessary insurance. The document emphasizes governmental ownership of all data and materials, along with the requirement for the contractor to maintain confidentiality of proprietary information. This SOW highlights FEMA's commitment to maintaining operational continuity through effective communication systems, reiterating the importance of preparedness in emergency management initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FEMA CONSTRUCTION PROJECT
    Buyer not available
    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.
    ANTENNA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of antennas as part of a combined synopsis/solicitation. The requirement includes three specific antenna types, with detailed packaging and delivery specifications, to be delivered to the Surface Forces Logistics Center in Curtis Bay, Maryland, by March 5, 2025. These antennas are critical for communication equipment used by the Coast Guard, ensuring operational readiness and effectiveness. Interested vendors must submit their quotes by February 10, 2025, and can contact Yannick Kassi at Yannick.A.Kassi@uscg.mil for further information.
    Naval Air Warfare Center Aircraft Division, Webster Outlying Field Near Vertical Incidence Skywave (NVIS) Antenna, Cables, Power Supplies, and Ancillary Items
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is seeking information from industry regarding the provision of a non-developmental or Commercial off the Shelf (COTS) rapid deployment Near Vertical Incidence Skywave (NVIS) antenna, along with associated power supplies, cables, and ancillary items. The objective is to acquire a solution that supports high-frequency and multiband satellite communications across various locations, which is critical for enhancing operational capabilities. Interested parties are invited to submit written responses detailing their capabilities, product specifications, and pricing information by February 5, 2024, at 5:00 P.M. EST, to the designated contact, Truman Harris, via email at truman.b.harris3.civ@us.navy.mil.
    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.
    5985 - FMS repair of ANTENNA
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the AS-3972/A antenna, specifically identified by NIIN 014110200. The procurement is intended for the Original Equipment Manufacturer (OEM), Rockwell Collins, Inc., as the only known source capable of providing the necessary repair support, with no drawings or data available for alternative suppliers. This antenna is critical for military operations, and the contract duration is set for one year, with a focus on compliance with UID and Buy American clauses. Interested parties must submit their capability statements to Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil within 15 days of this notice, while proposals received within 45 days will also be considered.
    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.
    Global Freight Analysis Subscription
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking a contractor to provide a cloud-based Global Freight Analysis Subscription service to support its Logistics Analysis Office (LAO). This service aims to enhance FEMA's capabilities in accessing, analyzing, and monitoring real-time and historical freight market data across various transportation modes, thereby optimizing logistics operations and improving decision-making during disaster response and recovery efforts. The system will facilitate benchmarking of freight spend, carrier service, and operational efficiency while ensuring compliance with federal guidelines and security protocols. Interested parties should contact Janine Bennett at janine.bennett@fema.dhs.gov or Lakisha Hyman at lakisha.hyman@fema.dhs.gov, with responses to the Request for Information (RFI) due by February 7, 2025.
    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.
    Communications Shelter Manufacture, Delivery, and Installation
    Buyer not available
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors for the manufacture, delivery, and installation of radio communication shelters at the Rogue River-Siskiyou National Forest in Oregon. The project involves designing and constructing an 8x8 walk-in enclosure equipped with advanced telecommunications capabilities, including a 52' articulating mast and Faraday Cage technology, while ensuring compliance with national building and electrical codes. This procurement is critical for enhancing the Forest Service's communication infrastructure, which is vital for operational readiness and safety in federally managed lands. Interested vendors must submit their quotes by February 5, 2025, with a delivery timeline of 18 months post-award, and can direct inquiries to Molly Donoghue at molly.donoghue@usda.gov.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Buyer not available
    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 either a firm-fixed price or not-to-exceed pricing, along with estimated costs for the repair of the specified antenna, which must be restored to a Ready for Issue (RFI) condition in compliance with military standards. This opportunity is critical for maintaining operational readiness and reliability of naval equipment. Interested contractors can reach out to Jake Kucowski at 215-679-2012 or via email at JAKE.KUCOWSKI.CIV@US.NAVY.MIL for further details, with the expectation that proposals will adhere to the outlined requirements and quality standards.