Sources Sought Notice: FEMA Region VI Federal Regional Center & Vehicle Storage Administration Building-1 Restroom Remodeling Project
ID: 05202025Type: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYREGION 6Denton, TX, 76209, USA

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified contractors for a restroom remodeling project at the Federal Regional Center (FRC) and Vehicle Storage Administration Building 1 (VSAB-1) located in Denton, Texas. The project aims to renovate all restrooms to ensure compliance with ADA standards and align with recent campus improvements, addressing the need for accessible facilities in buildings dating back to the 1960s and 1990s. Interested contractors must submit a facilities access form by May 7, 2025, and are invited to a site visit on May 14, 2025, with responses to the sources sought notice due by May 20, 2025. For further inquiries, contractors can contact Barbara Gonzalez at barbara.gonzalez@fema.dhs.gov or the Region 6 Procurement Branch at R6-Contracts@fema.dhs.gov.

    Point(s) of Contact
    FEMA Region VI Procurement Branch
    R6-Contracts@fema.dhs.gov
    Files
    Title
    Posted
    The FEMA Form FF-900-FY-21-100 facilitates access to FEMA-controlled facilities, ensuring security and management of visitors and employees. This form is a requirement for individuals seeking entry and is regulated by the Department of Homeland Security under provisions aimed at protecting federal property and personnel. The document collects essential personal information, such as the applicant’s name, contact details, citizenship status, and employment status, alongside a privacy statement outlining the use and sharing of this information, particularly with the FBI for security screening. Applicants must complete different sections based on their affiliations—FEMA employees, contractors, or visitors— and follow specific submission procedures, especially for accessing the Mount Weather Emergency Operations Center. Failure to provide accurate information may result in denied access. The form also includes a release of information clause, highlighting the serious implications of false statements. Overall, this form plays a crucial role in maintaining security protocols while managing facility access effectively within FEMA’s operational framework.
    The purpose of the FRC-VSAB 1 restroom remodel project, set to begin on October 17, 2024, is to renovate all restrooms in the Federal Regional Center (FRC) and Vehicle Storage Administration Building 1 (VSAB-1) at the Region 6 Denton Campus to meet ADA compliance and align with recent campus upgrades. This project addresses the need for accessible facilities within buildings dating back to the 1960s and 1990s, respectively. The scope includes remodeling 17 restrooms, requiring the installation of ADA-compliant fixtures, painting, and new partitions while ensuring safety and accessibility during construction. Key tasks include your planning, demolition of outdated or non-compliant facilities, installations, thorough cleanup, and final inspections. The contractor must adhere to strict timeframes and provide a Quality Assurance Plan. Additionally, a comprehensive Site Safety Plan must be submitted to address job hazards, ensuring compliance with OSHA standards. Construction waste disposal is the contractor’s responsibility, prioritizing recycling over landfill disposal. The project aims to enhance accessibility and modernize facilities while adhering to government safety and regulatory regulations.
    The Federal Emergency Management Agency (FEMA) has issued a Sources Sought Notice to identify qualified contractors for a restroom remodeling project at the Federal Regional Center (FRC) and Vehicle Storage Administration Building 1 (VSAB-1) in Denton, Texas. This project aims to renovate all restrooms to align with recent campus improvements and ensure compliance with ADA standards for accessibility. Contractors interested in participating must submit a facilities access form by May 7, 2025, and are invited to a site visit on May 14, 2025. They are also required to respond to specific inquiries, detailing their capabilities and past performance, by May 20, 2025. Key information such as business size classifications and SAM registration is requested for evaluation. This notice is a preliminary step for market research and does not guarantee a Request for Proposal (RFP) will follow, nor will it incur costs for participants. The focus is on gathering information to refine acquisition strategies for the project, which falls under the NAICS code 236220 for commercial and institutional building construction.
    Similar Opportunities
    549A-SL-251 Repair PM&R and Bldg. 1 5th Floor Bonham VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the PM&R Repair Project 549A-SL-251, which involves the repair and remediation of water and mold damage on the 5th floor of Building 1 at the Bonham Veterans Affairs Medical Center in Texas. The project requires qualified contractors to perform demolition, water mitigation, and build-back services, with a focus on ensuring compliance with safety and environmental regulations, particularly concerning mold and asbestos management. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and has an estimated budget between $100,000 and $250,000. Proposals are due by January 5, 2026, at 1:00 PM CST, and interested parties can contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732 for further information.
    Furniture for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified small businesses to provide furniture for Transportable Temporary Housing Units (TTHUs) intended for disaster survivors. The procurement involves a Blanket Purchase Agreement (BPA) for standard household furniture items, including sofas, armchairs, dining sets, and beds, which are essential for ensuring that eligible individuals have the necessary furnishings during their temporary housing period. This initiative is critical for maintaining a ready stock of units to support FEMA's Individual Assistance Direct Housing Program, with a performance period spanning five years, including one base year and four option years. Interested vendors must submit their proposals by January 12, 2026, and can direct inquiries to Ejona Lika or Tamara Beach at FEMA via the provided email addresses.
    Portable Restroom Services at Sabine NWR
    Interior, Department Of The
    The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for portable restroom services at the Sabine National Wildlife Refuge in Hackberry, Louisiana. The procurement requires the provision of two standard portable restrooms, two ADA-compliant restrooms, and two handwashing stations, all of which must be serviced and cleaned twice weekly due to damage from a hurricane. This service is crucial for maintaining public access and sanitation at the Wetland Walkway Restroom Facility, with an initial contract period from December 22, 2025, to December 22, 2026, and an option for a one-year extension. Interested vendors must submit their proposals by December 17, 2025, at 1700 EST, and can contact Jeremy Tyler at jeremytyler@fws.gov or 413-253-8662 for further information.
    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.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee, under solicitation number 140P2025R0054. The project involves a comprehensive renovation, including the construction of a three-story glass and steel addition with an elevator, interior interpretive areas, and upgrades to various systems and utilities, all while adhering to historical preservation guidelines and compliance with relevant building codes. This rehabilitation is crucial for enhancing visitor facilities and ensuring accessibility, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested contractors must submit their proposals by December 22, 2025, at 1700 ET, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Tinker AFB MAC BOA - WWYK190048 - Repair Restrooms and Janitors Closet, B1055
    Dept Of Defense
    The Department of Defense, through the Air Force, is soliciting proposals from holders of the Tinker AFB MAC BOA for the renovation of restrooms and a janitor's closet at Building 1055, located in S Coffeyville, Oklahoma. The project, identified as WWYK190048, involves comprehensive repairs including the replacement of underground utilities, installation of ADA-compliant fixtures, and enhancements to ventilation systems, all while ensuring the facility remains operational during construction. Interested contractors must attend a mandatory site visit scheduled for December 17, 2025, and submit their Requests for Information (RFIs) by January 6, 2026, to the designated contacts, Isaac Demmers and Tamra Torres, whose emails are provided in the opportunity details. The project emphasizes adherence to strict quality control and safety regulations, with specific documentation requirements outlined in the attached Statement of Work and submittal register.
    Y1DA--Project 549A4-21-703 EHRM Training and Admin build
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the EHRM Training and Admin Support Space project (Project Number 549A4-21-703) at the Sam Rayburn Memorial Veterans Center in Bonham, Texas. This project involves the renovation of four rooms to create temporary EHRM classrooms and an office, including asbestos abatement, interior demolition, and installation of new HVAC equipment and finishes. The procurement is set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) under NAICS code 236220, with a contract value estimated between $500,000 and $1 million. Interested contractors must submit their proposals by January 15, 2026, and can contact Contract Specialist Jose Reveles at jose.reveles@va.gov for further information.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractors for the Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) services. This procurement involves non-personal services for hauling, installation, maintenance, and deactivation support for Transportable Temporary Housing Units (TTHUs), as well as the development and construction of group sites for disaster survivors. These services are critical for providing rapid housing support in response to disasters across the contiguous United States. Interested parties can reach out to FEMA LogHOUSE at fema-loghouse-contracting@fema.dhs.gov for further details, as the contracts are awarded to select contractors with the capacity to respond on short notice.
    Z2DA--36C25726R0043 | 594A4-22-221 Renovate Halls and Walls DOM
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of halls and walls at the Sam Rayburn Memorial Veterans Center in Bonham, Texas, under project number 594A4-22-221. This project involves comprehensive construction services to upgrade finishes in domiciliary hallways and patient rooms, covering approximately 61,500 square feet, including the installation of floors, walls, door jamb finishes, and associated interior lighting. The contract is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors should note that a request for proposal (RFP) will be issued around December 16, 2025, and a site visit is scheduled for January 06, 2025, at 10:00 AM (CDT). For further inquiries, contact Contract Specialist Cassandra King at cassandra.king@va.gov or by phone at 254-899-6023.