FEMA Branded Attire
ID: 70FB7025R00000002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYINCIDENT SUPPORT SECTION(ISS70)WASHINGTON, DC, 20472, USA

NAICS

Cut and Sew Apparel Contractors (315210)

PSC

CLOTHING, SPECIAL PURPOSE (8415)
Timeline
    Description

    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for the procurement of 28,000 units of FEMA-branded apparel, intended for approximately 7,000 employees. The apparel includes short-sleeved and long-sleeved polo shirts, lightweight jackets, and vests, all designed to ensure a professional appearance during disaster response operations, with sizes ranging from Small to 4XL and featuring the FEMA/DHS logos as per branding guidelines. This procurement is crucial for maintaining a unified and recognizable presence among FEMA personnel during emergency situations, emphasizing comfort and durability in their uniforms. Interested contractors must submit their proposals, including pricing using the specified template, by the deadline, with the contract expected to be awarded within 60 days of submission. For further inquiries, contact Edward Ruud at edward.ruud@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) is soliciting quotes for the procurement of 28,000 branded clothing units, specified for the delivery of 14,000 units to Grapevine, TX, and the remaining 14,000 to Anniston, AL within 60 days of contract award. The requested items include short-sleeved and long-sleeved polo shirts, lightweight jackets, and vests in various sizes ranging from Small to 4XL. The procurement emphasizes a firm fixed-price purchase agreement, where contractors must adhere to detailed pricing templates and protocols for invoicing, which include electronic submissions to facilitate timely payments. Safety and compliance requirements, such as protection of confidential information systems and restrictions on certain telecommunications and software, are outlined. The contract also stipulates that the awarded contractor must monitor and report on any use of prohibited equipment or software. All proposals must comply with federal regulations regarding small businesses and disadvantaged groups, ensuring that interested contractors understand the competitive landscape of government bids while adhering to strict guidelines. This solicitation reflects FEMA’s ongoing efforts to streamline processes while ensuring quality and compliance in obtaining essential supplies for its operations.
    The document outlines a request for proposals (RFP) for FEMA-branded clothing items, including short-sleeved and long-sleeved polo shirts, lightweight jackets, and vests, all specified in navy blue or black polyester materials. The clothing line is designed to feature the FEMA/DHS logo, emphasizing functionality such as moisture-wicking and water-resistant properties. The delivery schedule details a timeline for orders with specific quantity requirements spread over different periods, culminating in a total of 7,000 items. Key elements include the specification of sizes ranging from small to 4XL and various quality details such as embroidered logos, dual pen pockets, and adjustable cuffs. This RFP serves a vital purpose in supplying essential uniforms for FEMA personnel, reflecting the agency's commitment to maintaining a unified and recognizable appearance in their operations, particularly in emergency situations. The document's structure facilitates understanding of item requirements, delivery timelines, and total quantity needs, supporting the procurement process in alignment with federal grant protocols and RFP standards.
    The document outlines a request for proposals (RFP) related to the procurement of FEMA-branded clothing items, which includes short-sleeved and long-sleeved polos, lightweight jackets, and vests, in various sizes ranging from small to 4X-large. Each clothing type is categorized with corresponding line items detailing the quantities needed. For example, the short-sleeved polo consists of 650 small, 1,700 medium, 2,200 large, and more, capped at 50 for 4X-large. Similarly structured, the document lists identical quantities for long-sleeved polos, jackets, and vests. Each item includes a space for unit costs and estimated prices but currently shows no discounts or pricing. The overarching goal is to equip FEMA personnel with standardized branded apparel, likely aimed at fostering a cohesive and recognizable presence during operations. This procurement process exemplifies federal government practices concerning the acquisition of goods and services, ensuring adherence to regulatory frameworks and operational readiness. Ultimately, this RFP aims to ensure uniformity and professionalism within FEMA’s operational attire.
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is requesting proposals for the provision of 28,000 units of FEMA-branded apparel for approximately 7,000 employees. This includes short-sleeved and long-sleeved polo shirts, lightweight jackets, and vests, all designed to ensure a distinctive appearance during disaster response operations. Items must conform to size specifications (ranging from Small to 4XL) and branded with the FEMA/DHS logos according to established guidelines. The contractor is expected to deliver all apparel within 60 days of contract award, ensuring high quality and consistency across all items. The document outlines requirements for compliance with trade agreements, warranty provisions, and quality control measures. It details delivery logistics to designated FEMA locations and necessitates regular reporting on production status. The objective of this procurement is to maintain professionalism and visibility among FEMA personnel during disaster recovery efforts, emphasizing the need for comfort and durability in the uniforms. Overall, this RFP captures FEMA’s commitment to readiness in disaster management through unified branding and operational efficacy.
    Lifecycle
    Title
    Type
    FEMA Branded Attire
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    FEMA Warehouse Scanning Devices
    Active
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA), part of the Department of Homeland Security (DHS), is seeking information on innovative handheld scanning devices to modernize its warehouse operations. The agency aims to identify products that enhance logistics within FEMA Distribution Centers, focusing on capabilities such as barcode scanning for inventory management and shipping processes, particularly in rugged and diverse environments. This Request for Information (RFI) is intended for market research purposes only, with no contracts being formed at this stage; interested vendors must submit their responses by November 4, 2024, and can direct inquiries to Staciellyn Chapman at staciellyn.chapman@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 proposals for the Hazard Mitigation Technical Assistance Program (HMTAP) to procure Non-Architectural and Engineering (Non-A&E) services. The objective of this procurement is to establish three single-award Indefinite Delivery-Indefinite Quantity (IDIQ) contracts across three geographic zones in the United States, aimed at enhancing FEMA's capacity to manage pre-disaster, during disaster, and post-disaster mitigation responsibilities. These services are critical for supporting resilience grants, conducting environmental assessments, and providing technical assistance related to hazard mitigation efforts. Interested contractors must submit their proposals by November 12, 2024, with a guaranteed minimum contract value of $20,000 and a maximum of $93,300,000 for each contract. For further inquiries, potential offerors can contact Amanda Lynn Long at amanda.long@fema.dhs.gov or Glen Seipp at glen.seipp@fema.dhs.gov.
    Request for Information-FEMA Medical Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from interested offerors regarding an upcoming medical services requirement located in Bluemont, Virginia. The agency is looking for firms that can provide medical professionals, including licensed physicians and registered nurses, who possess an active Top Secret clearance, and have recent experience in delivering medical services at federal facilities. This request for information is crucial for FEMA's operational readiness and response capabilities, emphasizing the importance of having qualified medical personnel available during emergencies. Interested parties must respond to the provided questionnaire via email to FEMA-NCCS-ACQ@fema.dhs.gov by October 29, 2024, at 12:00 noon ET.
    FEMA Direct Lease DR-4781-TX Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified Vendor/Property Management Companies (Vendor/PMC) and/or Property Owners (PO) for the Direct Lease program under disaster declaration DR-4781-TX, aimed at providing temporary housing for individuals displaced by Severe Storms and Hurricane Beryl in Texas. The procurement involves leasing existing rental units in specific counties, including Jasper, Liberty, Polk, San Jacinto, Trinity, and Tyler, for a minimum term of 18 months, with an emphasis on compliance with federal, state, and local housing standards to ensure safe and accessible living conditions. This initiative is crucial for facilitating rapid housing assistance during emergencies, with interested parties required to submit a capabilities package by October 31, 2024, detailing available properties and management capabilities. For further inquiries, interested vendors can contact Venus Griffin or Lisa Thibodeaux at fema-4781tx-ia-directlease@fema.dhs.gov.
    Direct Lease Housing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking property management companies to participate in a Direct Lease program aimed at providing temporary housing for individuals displaced by Hurricane Helene in North Carolina. The program requires eligible properties, including corporate apartments, vacation rentals, and second homes, to be located within a reasonable commuting distance from designated counties affected by the disaster, ensuring compliance with local, state, and federal housing standards. This initiative is part of FEMA's broader efforts to deliver effective disaster assistance and facilitate housing solutions for eligible applicants, with a response deadline for interested parties set for 5:00 PM EST on November 6, 2024. For further inquiries, interested parties can contact Ralph La Rosa at ralph.larosa@fema.dhs.gov or by phone at 202-826-5685.
    Enterprise Acquisition Support Services and Acquisition Support Services
    Active
    Homeland Security, Department Of
    Special Notice: Homeland Security, Department of, Federal Emergency Management Agency (FEMA) is seeking Enterprise Acquisition Support Services and Acquisition Support Services. These services are typically used to provide support for FEMA's acquisition needs. The purpose of this notice is to inform industry that the two requirements, Enterprise Acquisition Support Services and FIMA Resilience Acquisition Support Services, will be consolidated into a single requirement. The consolidation aims to ensure that FEMA receives the necessary services to meet its needs. The procurement will be set aside for small businesses from all socioeconomic backgrounds. The Request for Proposal (RFP) will be issued in February 2024 on GSA MAS NAICS 541611. The requirement will result in a single award Blanket Purchase Agreement (BPA). Interested parties can refer to the attached Draft Performance Work Statement (PWS) and Statement of Objectives (SOO) for both requirements to better understand FEMA's needs. The new requirement will integrate both efforts into a single effort, and a new PWS combining both efforts will be published. The place of performance for this procurement is Washington, DC, with a zip code of 20472, in the United States. For more information, contact Kimber Russell at kimber.russell@fema.dhs.gov.
    84--VEST,SURVIVAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of survival vests, specifically NSN 8415015689793. The solicitation includes multiple line items with varying quantities, totaling 69 units for delivery to LVI - OCIE SE, all required by a deadline of 114 days after order (ADO). These vests are critical for individual equipment and safety in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Florida Direct Lease Request for Information (RFI). RFI No. 70FBR425I00000005
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is issuing a Request for Information (RFI) for property management companies to participate in the Florida Direct Lease program, aimed at providing temporary housing for individuals displaced by major disasters. FEMA seeks properties located within 30 to 60 minutes of disaster-affected areas in Florida, including furnished residential units such as corporate apartments and vacation rentals, to be leased for a minimum of 18 months. This initiative is crucial for ensuring that eligible applicants have access to safe and habitable housing during recovery efforts following disasters. Interested parties must submit their capability statements by 5:00 PM ET on November 6, 2024, to the designated email address, with all submissions subject to public disclosure under the Freedom of Information Act.
    84--VEST,SURVIVAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of survival vests, specifically NSN 8415015689791, under a total small business set-aside. The solicitation includes five lines, each requiring a quantity of 25 units to be delivered to the Travis Association for the Blind within 114 days after order (ADO). These vests are critical for individual equipment needs, ensuring safety and survival in various operational contexts. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Commercial Meals for Disaster Relief
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking suppliers for a Basic Ordering Agreement (BOA) to provide commercial shelf-stable meals for disaster relief efforts in support of FEMA. The procurement requires meals that are shelf-stable for 10-12 months at 70 degrees Fahrenheit, with specific nutritional standards including a minimum of 800 kcal and a maximum of 1460 kcal per meal, along with restrictions on fat and sodium content. This initiative is crucial for ensuring a reliable food supply chain during emergencies, emphasizing the importance of food safety and nutritional value for diverse populations, including children and seniors. Interested vendors should contact Robert Ferry at Robert.Ferry@dla.mil for proposal requirements and must submit their proposals via email, adhering to the outlined specifications and deadlines.