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 Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is preparing to solicit proposals for technical support services related to the Hermit’s Peak/Calf Canyon Claims Review. The primary objective of this procurement is to provide professional and technical assistance to the Hermit’s Peak/Calf Canyon Claims Office, ensuring efficient and claimant-centric processing of claims arising from the significant damages caused by the Hermit’s Peak and Calf Canyon fires in New Mexico. Key tasks include assisting with claim intake, supporting documentation collection, evaluating claims for compensatory damages, and maintaining compliance with regulatory guidelines, all while ensuring a well-trained team is in place to meet performance benchmarks. The anticipated solicitation release is expected around May 2025, with a contract period of five years, including a base year and four option years. Interested contractors can direct inquiries to Rachel Woods at Rachel.Woods@fema.dhs.gov or Sharon Edwards at Sharon.Edwards3@fema.dhs.gov.

    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
    NFIP Actuarial Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is soliciting proposals for actuarial and geospatial support services for the National Flood Insurance Program (NFIP). The objective of this procurement is to acquire technical capabilities, analytics, and guidance related to ratemaking and insurance pricing, which are essential for maintaining a financially sound flood insurance structure. This full and open solicitation (RFP No. 70FA6025B00000004) includes a firm-fixed-price contract with a 12-month base period and four one-year options, with proposals due by January 7, 2026. Interested parties can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with key dates including a question submission deadline of December 3, 2025.
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide Reinsurance Broker Services for the National Flood Insurance Program. The primary objective of this procurement is to secure broker support services that will assist in the management and execution of FEMA's reinsurance program, which is critical for mitigating flood-related risks and ensuring the financial stability of the insurance program. These services are vital for maintaining the effectiveness of the National Flood Insurance Program, which plays a crucial role in disaster recovery and risk management across the United States. Interested parties can reach out to Glen Seipp at glen.seipp@fema.dhs.gov or Karen Sebro at karen.sebro@associates.fema.dhs.gov for further information regarding this opportunity.
    U.S. Forest Service’s Disaster Recovery Outreach Event Industry Days Preliminary Notice – TBD Spring 2026
    Agriculture, Department Of
    The U.S. Forest Service is hosting a virtual Industry Days event in Spring 2026 to connect federal contractors with disaster recovery projects funded by the American Relief Act (2025). This initiative aims to restore infrastructure and natural resources impacted by disasters, particularly Hurricanes Helene and Milton, occurring in 2022, 2023, and 2024, across all nine Forest Service Regions and associated research stations. The scope of work includes capital improvements, ecosystem recovery, and cooperative forestry initiatives, emphasizing the importance of restoring public access and supporting rural economies. Interested contractors should register, verify their SAM.GOV registration, and assess their capabilities, with further details available from primary contacts Aurora Cutler and Christopher Ford at AFSG-Disaster-Recovery-Day@usda.gov.
    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.
    Generators - 400kW & Below
    Homeland Security, Department Of
    The Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the procurement of generators rated at 400kW and below. This contract aims to support FEMA's emergency response operations by providing various sizes of generators, associated shipping, external fuel tanks, and on-site training, with a base performance period from February 21, 2026, to February 20, 2027, and an option year extending to February 20, 2028. The generators must meet stringent specifications, including Tier 4 Final EPA compliance, and will be delivered to multiple locations, both domestic and overseas. Interested vendors must submit their proposals by 12:00 PM EST on January 13, 2026, and are encouraged to contact Oneko Dunbar at Oneko.Dunbar@fema.dhs.gov or Danielle Sweetney at Danielle.Sweetney@fema.dhs.gov for further information.
    Janitorial Services FEMA Region 1 FRC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA) Region 1, is seeking proposals for janitorial services at the Federal Regional Center (FRC) located in Maynard, Massachusetts. The procurement aims to secure comprehensive janitorial services for an 11-month base period from January 12, 2026, to December 12, 2026, with a focus on maintaining cleanliness and hygiene standards in a federal facility. This opportunity is a total small business set-aside under NAICS Code 561720, with a size standard of $22 million, emphasizing the importance of small business participation in government contracts. Interested parties must attend a mandatory site visit on December 22, 2025, submit questions by December 24, 2025, and provide their proposals by January 2, 2026, with all submissions directed to the designated FEMA contacts, Anhur Maklef and Karley Hoyt.
    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.
    Generators - 401kW & Above
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking proposals for an Indefinite Delivery-Indefinite Quantity (IDIQ) contract to procure generators rated at 401kW and above, including associated shipping and on-site training. This procurement aims to enhance FEMA's emergency response capabilities by updating their fleet with compliant generators that meet Tier 4 Final EPA standards, which are essential for operations both within the Continental United States (CONUS) and Outside Continental United States (OCONUS). The contract will span from February 2026 to February 2029, with a minimum guaranteed amount of $540,000, and proposals must be submitted by January 13, 2026, at 12:00 PM EST. Interested vendors should contact Oneko Dunbar or Danielle Sweetney for further details and ensure they are registered in the System for Award Management (SAM) prior to contract award.
    USDA Forest Service Wildfire & All-Hazard Incident Sources Sought
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small business contractors to provide various services related to wildfire and all-hazard incident management. The procurement aims to identify firms capable of fulfilling needs such as food services, medical services, heavy equipment rentals, and sanitation, among others, to support the agency's mission of protecting communities and natural resources during incidents. These services are critical for managing both natural and manmade events that threaten public safety and environmental health. Interested parties should contact Kimberly Luft at kimberly.luft@usda.gov for further information and are encouraged to register in the System for Award Management (SAM) to be eligible for future opportunities.
    Plum Case Support for the Federal Emergency Management Agency (FEMA), Office of the Chief Information Officer (OCIO), Virginia Disaster Operations Center (VA-DOC)
    Homeland Security, Department Of
    The Department of Homeland Security's Federal Emergency Management Agency (FEMA) is seeking to procure plum cases for hurricane response, specifically for the Office of the Chief Information Officer (OCIO) at the Virginia Disaster Operations Center (VA-DOC). The procurement includes 259 XPL9001 Plum Explorer Plum-Cases, 1 ENH9001 Plum Enhanced Plum-Case, and associated services such as a Plum Care Annual Service Package and a one-year license for the Cradlepoint Net Cloud Manager Platform, which will facilitate warranty, replacement, and software support for the devices. This equipment is crucial for ensuring effective disaster response and recovery operations, as the plum cases will be tested and updated at the VA-DOC before being deployed to Joint Field Offices (JFOs). Interested vendors can reach out to Karen Wilson at karen.wilson@fema.dhs.gov for further details regarding this opportunity.