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
    BWDS-90 Antenna Repair Georgia Emergency Management Agency
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking bids for the repair of BWDS-90 antennas for the Georgia Emergency Management Agency located in Atlanta, Georgia. The procurement requires firm-fixed pricing for services outlined in the Statement of Work (SOW), which includes disconnecting existing antenna mounts, installing extension masts, and conducting comprehensive post-installation testing. This project is critical for maintaining the functionality of the FEMA National Radio System, ensuring effective communication during emergencies. Interested contractors must submit their proposals, including a technical approach and past performance references, by the specified deadline, with the award going to the lowest priced, technically acceptable offer. For further inquiries, contact Erin Cotter at erin.cotter@fema.dhs.gov or call 301-980-8545.
    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.
    Standards Catalogue Service Request for Information
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking contractors to provide a universal catalogue service for mission-critical standards through a Request for Information (RFI) issued by the Science and Technology Directorate (S&T). This service aims to grant DHS and its components, including the U.S. Coast Guard, Customs and Border Protection, Immigration and Customs Enforcement, and FEMA, access to a comprehensive range of international, federal, and industry-specific standards, which are essential for conducting critical mission operations. Interested vendors are required to submit detailed information regarding their catalogue service features, coverage, integration capabilities, and cost estimates by noon ET on January 6, 2025. For further inquiries, potential respondents can contact Dorothy Woolfolk at dorothy.woolfolk@hq.dhs.gov or Jennifer K. Koons at jennifer.koons@hq.dhs.gov.
    Appliances & Safety Equipment for the Transportable Temporary Housing Units
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking proposals from qualified small businesses for a contract to supply appliances and safety equipment for Transportable Temporary Housing Units (TTHUs). This procurement aims to provide essential household items, including microwaves, refrigerators, electric ranges, and various safety devices, to support disaster survivors in temporary housing situations. The contract will facilitate FEMA's mission to maintain a ready stock of these items, ensuring efficient disaster response and recovery efforts. Interested vendors must submit their proposals by December 29, 2025, with questions due by December 16, 2025; for further details, contact Ejona Lika at ejona.lika@fema.dhs.gov or Tamara Beach at tamara.beach@fema.dhs.gov.
    4-Wheel Portability Kit
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking to procure eleven 4-wheel portability kits compatible with Kubota GL7000 and GL11000 Diesel Generators. These kits are essential for FEMA's Staging Field Operations, enabling reliable power supply in austere environments during disaster response efforts by facilitating the easy unloading and connection of generators. Interested vendors must submit their firm-fixed price quotes by December 22, 2025, with questions due by December 16, 2025, and are required to include a clear product image along with their submission. For further inquiries, potential bidders can contact Lassey Wilson-Bahun at lassey.wilsonbahun@fema.dhs.gov or David Bailey Jr. at david.baileyjr@fema.dhs.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.
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    DHS Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and Related Services
    Homeland Security, Department Of
    The Department of Homeland Security (DHS) is seeking information from industry stakeholders regarding the Medical Services Strategic Sourcing Vehicle (SSV) for Persons in Custody (PIC) and related services through Request for Information (RFI) 70RWMD26RFIP00002. The objective of this RFI is to gather insights on efficient, safe, and secure healthcare solutions, including medical staffing, logistics, equipment management, and quality oversight, to support DHS operations across various components such as ICE, CBP, and USCG. This initiative is crucial for ensuring standardized and effective medical care for individuals in custody and workforce members, addressing a dynamic healthcare landscape that requires adaptability and operational continuity. Interested parties must submit their responses using the provided template by December 23, 2025, at 5:00 PM ET, via email to the DHS Office of Procurement Operations at opoindustryliaison@hq.dhs.gov.
    Consolidated Emergency Response System (CERS) - Sustainment RFI
    Dept Of Defense
    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.