FEMA Pre-Solicitation: Hermit’s Peak/Calf Canyon Claims Review Technical Support
ID: 70FBR625R00000007Type: Presolicitation
Overview

Buyer

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

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for a contract aimed at providing technical assistance to the Hermit’s Peak/Calf Canyon Claims Office established by FEMA under the Hermit’s Peak Fire Assistance Act. The primary objective is to ensure efficient, accurate, and claimant-centric processing of claims related to the Hermit’s Peak and Calf Canyon fires, which resulted in substantial damages in New Mexico. Key tasks include assisting with claim intake, supporting documentation collection, and evaluating claims for compensatory damages. The contractor is expected to deliver a quality control plan, conduct site inspections, and facilitate communication with claimants to enhance service delivery. Essential performance requirements detail specific timelines for acknowledging claims, processing proofs of loss, and issuing letters of determination, emphasizing the importance of quick responses and maintaining compliance with established regulatory guidelines. Additionally, the contractor must ensure a well-trained and adequately staffed team capable of meeting both stated performance benchmarks and the requirements enumerated in the final regulations. The document conveys FEMA's commitment to expeditiously compensating claimants while managing a comprehensive review process for claims arising from the disaster.
    Lifecycle
    Similar Opportunities
    FEMA Continuous Improvement Division (CID) Blanket Purchase Agreement
    Buyer not available
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for its Continuous Improvement Division (CID), aimed at enhancing FEMA's disaster response capabilities through various support services. The procurement focuses on program management, data collection and analysis, product development, training, and conducting after-action reviews, all designed to foster a culture of continuous improvement within the agency. This initiative is critical for ensuring effective disaster management and operational efficiency, reflecting FEMA's commitment to learning from past experiences to improve future responses. Interested contractors should contact Gregory Crouse at gregory.crouse@fema.dhs.gov, with the contract period anticipated from May 2025 to May 2030 and a total estimated value of approximately $21.5 million.
    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.
    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.
    National Fallen Firefighter Memorial
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), intends to negotiate a sole source contract with the National Fallen Firefighters Foundation (NFFF) for the management of the National Fallen Firefighters Memorial Weekend. The contract aims to procure services that include organizing memorial events, consulting with fire service groups and families, and providing support for survivors of fallen firefighters, ensuring the event is conducted with the honor and dignity it deserves. This annual event, which recognizes the sacrifices of firefighters, is crucial for community support and healing, and the NFFF is uniquely qualified to manage it due to its established relationships and expertise in this area. Interested parties may submit capability statements to the primary contacts, Jane Huwig-Leister and James Suerdieck, by December 13, 2024, at 5:00 p.m. Eastern.
    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 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.
    70FBR425Q00000088 Request for Quote - DR4830-GA Direct Lease Program
    Buyer not available
    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.
    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.