Request for Information- IPAWS NPWS
ID: IPAWSNPWSRFIType: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFFEDERAL EMERGENCY MANAGEMENT AGENCYNATIONAL CONTINUITY SECTION(CON50)BERRYVILLE, VA, 22611, USA

NAICS

Other Scientific and Technical Consulting Services (541690)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking contractor support for the National Public Warning System (NPWS) via a Request for Information (RFI). The objective is to gather information on capabilities related to the sustainment, modernization, and shelter fabrication of NPWS Primary Entry Point (PEP) stations, which are vital for issuing national emergency alerts and ensuring effective local communications. This initiative is crucial for maintaining a robust national alert infrastructure, including the management of over 70 PEP stations, upgrades to broadcasting capabilities, and compliance with federal regulations. Interested parties must submit their responses to Erin Cotter at erin.cotter@fema.dhs.gov by November 21, 2025, at 3:00 PM, as this RFI is intended solely for information gathering and does not constitute a commitment for a binding contract.

    Point(s) of Contact
    Files
    Title
    Posted
    The Federal Emergency Management Agency (FEMA) requires contractor support for the National Public Warning System (NPWS), a critical national alert and warning system used by the President to issue warnings during emergencies. The Statement of Work outlines tasks for NPWS construction, sustainment, modernization, and decommissioning. This includes maintaining over 70 Primary Entry Point (PEP) stations, which are private radio stations equipped with backup systems to ensure continuous broadcasting. The contractor will manage upgrades to these stations, including fabricating and installing HEMP-hardened shelters with CBRN protection, and supporting the NPWS Technical Service Center. Key performance parameters include timely alert dissemination and broad population coverage. The project also covers environmental assessments, construction of new stations, and decommissioning of old ones, all while ensuring compliance with federal regulations and a seamless transition of responsibilities.
    The Federal Emergency Management Agency (FEMA) Integrated Public Alert and Warning System (IPAWS) Division has issued a Request for Information (RFI) seeking contractor support for the sustainment, modernization, and shelter fabrication of its National Public Warning System (NPWS) Primary Entry Point (PEP) stations. These stations are crucial for national emergency alerts and support local communications. FEMA is gathering information on contractor capabilities, particularly in broadcast-based program planning, maintenance of high-performing teams across national radio broadcast sites, management of resilient shelters, experience with high-powered radio and live broadcast equipment, fuel system management, inventory control, and CONUS/OCONUS construction projects. Responses are due by November 21, 2025, and will help FEMA identify potential technical solution providers for this critical national alert infrastructure.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    FEMA/Federal Insurance Mitigation Administration (FIMA) Reinsurance Broker Services
    Buyer not available
    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.
    Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (CBRND) Operational Support (JCOS)
    Buyer not available
    The Department of Defense, specifically the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND), is seeking operational support services through a Request for Information (RFI) for the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JCOS). The objective is to transition from reliance on external consultants to integrated operational support, enhancing capabilities in areas such as Test & Evaluation, Strategic Communications, and CBRN Medical Support, in alignment with Executive Order 14222 aimed at improving government efficiency. This initiative is critical for bolstering the Department's ability to manage defense capabilities against CBRN threats, with a contract period starting from March 23, 2026, through March 22, 2031, including a base year and four option years. Interested parties must submit their responses by 5 p.m. ET on December 9, 2025, to the primary contact, Peter W. Stahley, at peter.w.stahley.civ@army.mil, or the secondary contact, Eric Y. Jun, at eric.y.jun.civ@army.mil.
    Janitorial services for FEMA Region 2 at Naval Weapons Station Earle (NWSE)
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking qualified vendors to provide janitorial services for the FEMA workspace at Naval Weapons Station Earle (NWSE) in Colts Neck, New Jersey. The contract will encompass daily cleaning services, with additional requirements for weekend cleaning during Regional Response Coordination Center activations, and includes a base period from February 2026 to January 2027, with four optional 12-month extensions potentially extending to January 2031. This procurement is critical for maintaining a safe and clean environment for FEMA staff, ensuring compliance with federal, state, and local regulations, and adhering to OSHA standards. Interested small businesses must submit their proposals by December 11, 2025, and are encouraged to attend site visits on December 8 and 10, 2025, with prior registration and security clearance requirements. For further inquiries, contact Kendall Feaster at kendall.feaster@fema.dhs.gov or by phone at 202-288-2189.
    NFIP Actuarial Services
    Buyer not available
    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, advice, and guidance related to NFIP ratemaking and insurance pricing, with a focus on updating rating plans, conducting annual rate reviews, and providing support for product development and litigation. These services are crucial for ensuring the effective management and pricing of flood insurance, which plays a vital role in disaster recovery and risk mitigation. Interested contractors should note that the proposal due date is January 7, 2026, and they can direct inquiries to Alexander Ramirez at alexander.ramireztorres@fema.dhs.gov or Bryan Falcone at bryan.falcone@fema.dhs.gov, with a performance period of up to five years anticipated for the awarded contract.
    Logistics Housing Operations Unit Installation, Maintenance, and Deactivation (LogHOUSE) Justification
    Buyer not available
    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.
    Online Database of Preventive and Travel Health Information-Enterprise and Aerial Route Intelligence Subscription Services-Request for Information
    Buyer not available
    The Department of Homeland Security (DHS), Office of Health Security (OHS), is seeking qualified vendors to provide an enterprise-level online database and alert service for preventive and travel health information, as part of a Request for Information (RFI). The objective is to enhance DHS workforce health readiness and epidemiological monitoring through a subscription service that includes features such as aerial route risk mapping, continuous updates on infectious diseases, vaccination requirements, and access to medical facilities. This service is critical for ensuring timely, evidence-based information for risk assessment and travel planning for up to 1,000 users, thereby supporting the health and safety of DHS personnel. Interested parties must submit their capability statements by December 10, 2025, and can contact Mark Namoco at mark.namoco@hq.dhs.gov or Brendan Benisek at Brendan.Benisek@hq.dhs.gov for further information.
    Consolidated Emergency Response System (CERS) - Sustainment RFI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking responses for the Consolidated Emergency Response System (CERS) - Sustainment, aimed at enhancing First Response Dispatching capabilities. This procurement focuses on professional support services related to emergency response, disaster planning, and preparedness, which are critical for effective crisis management and operational readiness. Interested parties can reach out to primary contact Vanessa Coleman at vanessa.coleman@usmc.mil or secondary contact Alexander E. Lyon at alexander.lyon@usmc.mil for further details regarding this opportunity. The place of performance for this contract is located in Virginia, with the zip code 22134.
    Request for Information (RFI) Enterprise Physical Access Control System (PACS)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking information from potential vendors regarding an enterprise-level Physical Access Control System (PACS) through a Request for Information (RFI). The USCG aims to replace outdated security systems with a robust, integrated PACS that enhances physical security across its installations, ensuring compliance with federal mandates and improving identity verification processes. This initiative is critical for mitigating security vulnerabilities and operational risks, with an estimated budget of $16 million for acquisition and $116 million for operations over a ten-year period. Interested parties can reach out to Wendy Paulo at wendy.l.paulo@uscg.mil or call 571-608-9799 for further details.
    VIDEO OPERATIONS CENTER INFRASTRUCTURE LICENSING AND MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure software licensing and maintenance services for the Video Operations Center (VOC) infrastructure, which currently utilizes the Poly/HP Clariti solution. The primary objectives of this procurement include ensuring security through centralized equipment patching, supporting ongoing mission needs for Video Teleconferencing (VTC) communications, and maintaining the infrastructure to guarantee service uptime. This procurement is critical for enabling effective collaboration across various platforms, including Zoom and Microsoft Teams. Interested vendors can contact Karen Wilson at karen.wilson@fema.dhs.gov or by phone at 202-577-2570 for further details.
    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.