DHS Emergency Fuel and Services for the Department of Homeland Security (DHS), Office of the Chief Readiness Support Officer (OCRSO)
ID: 70RDA125R00000002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFOFFICE OF PROCUREMENT OPERATIONSDEPARTMENTAL OPERATIONS ACQUISITIONS DIVISION IWashington, DC, 20528, USA

NAICS

Petroleum and Coal Products Manufacturing (324)

PSC

PETROLEUM PRODUCTION AND DISTRIBUTION EQUIPMENT (3835)
Timeline
    Description

    The Department of Homeland Security (DHS) is seeking proposals for Emergency Fuel and Services through a combined synopsis/solicitation aimed at ensuring operational readiness during emergencies. The procurement involves providing fuel logistics, including transportation, dispensing, and temporary storage of various fuel types, to support DHS operations across the continental U.S. (CONUS) and its territories (OCONUS) during natural and man-made disasters. This initiative is critical for maintaining national preparedness and efficient disaster response, with a focus on compliance with federal regulations and safety standards. Interested contractors can contact Ydelisa Cervantes at ydelisa.cervantes@hq.dhs.gov or Daniel Weingarten at Daniel.Weingarten@hq.dhs.gov for further details.

    Files
    Title
    Posted
    The document provides a detailed list of fuel products categorized under the Department of Homeland Security (DHS) and Department of Defense logistic support. It outlines various fuel types including automotive gasoline, different grades of diesel, aviation turbine fuels, and marine gas oils, each identified by a specific DLA product code for reference. Key fuel products include regular, mid-grade, and premium unleaded gasoline, biodiesel blends, and several jet fuel varieties like Jet A and JP-8. The memo emphasizes the need for adherence to specifications for different applications, indicating careful selection based on quality and intended use. This list supports federal, state, and local procurement processes, helping various agencies identify suitable fuel options for operational efficiency and compliance. The organized presentation of fuel types by categories serves as a quick reference for procurement officials involved in government RFPs and grants.
    The government file details a Request for Proposals (RFP) related to fuel services, encompassing multiple components for both Continental United States (CONUS) and Outside Continental United States (OCONUS) operations. The contract includes various Contract Line Item Numbers (CLINs) for staging equipment, dispensing fuel, fuel transportation, equipment provision, travel, and planning. Key equipment required for operations includes various types of fuel trucks, mobile fueling stations, and storage tanks, all necessitating firm-fixed pricing in most cases, while travel is based on cost reimbursement. The document outlines specific service provisions for fuel delivery and dispensing services across three DHS locations in CONUS, alongside price evaluation scenarios based on adjusted fuel rates and a comprehensive breakdown of costs, including delivery charges and government fees. The project is designed to ensure efficient and reliable fuel logistics, emphasizing the importance of timely and coordinated fuel dispensing services for government operations. Compliance with specified service levels and deadlines is mandatory, during which contractors must demonstrate their capacity to fulfill obligations regarding equipment operation, maintenance, and overall fuel supply management.
    The document outlines a Request for Proposal (RFP) by the Department of Homeland Security (DHS) for Emergency Fuels and Services, structured as a multiple award hybrid contract. It details contract types, pricing structures, and key service requirements, including providing fuel logistics during emergencies within the continental U.S. (CONUS) and its territories (OCONUS). The contract seeks to ensure continuous DHS operations, emphasizing readiness in response to natural and man-made disasters. Key elements include Firm-Fixed Price and Cost-Reimbursement pricing structures for various categories, such as fuel services, transportation, and staging equipment. Tasks include pre-positioning fuel, dispensing, providing temporary storage, communicating during disasters, and ensuring safety in extreme weather conditions. The contractor will conduct inspections, maintain fuel quality, and manage documentation while providing qualified personnel to operate fueling equipment. The document also outlines the contract period, task order procedures, and performance evaluations, ensuring compliance with federal regulations. It emphasizes a collaborative approach among government agencies, aiming for efficient disaster responses and securing necessary fuel supplies during crises, thereby supporting national preparedness goals.
    Similar Opportunities
    Tanker Truck Fuel Pick-up
    Buyer not available
    The Department of Homeland Security, specifically the Federal Law Enforcement Training Center (FLETC), is seeking qualified vendors for a contract related to the supply of fuel services, including unleaded fuel, E-85 ethanol, and diesel fuel, for operations in Brunswick, Georgia. The procurement is set aside for small businesses and includes an amendment that clarifies vendor responsibilities, operational parameters, and compliance with regulations, particularly concerning trafficking in persons. This contract is crucial for ensuring a continuous fuel supply from October 1, 2024, through July 31, 2025, with potential extensions through 2029. Interested parties should contact Sheila Henley at sheila.henley@fletc.dhs.gov or call 912-267-2330 for further details and to acknowledge receipt of the amendment by the specified date.
    RFI- FEMA Disaster Ops for Transportation Services (DOTS) VIPR
    Buyer not available
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking industry insights via a Request for Information (RFI) for disaster transportation services in Puerto Rico and the U.S. Virgin Islands (USVI). The objective is to gather capabilities from firms that can provide comprehensive transportation services for delivering critical Initial Response Resources (IRR), such as food, water, and medical supplies, to remote areas affected by disasters, addressing challenges related to damaged infrastructure and resource distribution. Interested contractors are invited to submit their capabilities packages by February 28, 2025, to assist FEMA in establishing effective disaster response logistics, with inquiries directed to Edward Rudd at Edward.ruud@fema.dhs.gov.
    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.
    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.
    DHS CWMD Mobile Detection Deployment Program (MDDP) RFI
    Buyer not available
    The Department of Homeland Security (DHS) is seeking responses to a Request for Information (RFI) regarding the Mobile Detection Deployment Program (MDDP), aimed at enhancing national capabilities for detecting chemical, biological, radiological, and nuclear (CBRN) threats. The program requires contract support services, including the deployment of technical support personnel and advanced detection equipment, with a focus on maintaining detection capacity, supporting training exercises, and managing operational logistics. This initiative is critical for bolstering the nation's defenses against WMD threats and fostering collaboration among federal, state, and local entities. Interested parties must submit a capability statement by March 7, 2025, and can contact William Grimm at william.grimm@hq.dhs.gov or 202-601-9823 for further information.
    Technology Transfer, Commercialization and Entrepreneurial Development
    Buyer not available
    The Department of Homeland Security (DHS) is seeking vendors capable of providing technology transfer, commercialization, and entrepreneurial development services for federally funded technologies through a Request for Information (RFI). The primary objectives include identifying suitable technologies for investment, organizing cohort events to foster start-up formation, and enhancing the entrepreneurial skills of DHS researchers. This initiative is crucial for transitioning federally funded research into practical applications that benefit the Homeland Security Enterprise and the public. Interested parties must submit their responses, which should not exceed six pages, by 5:00 PM ET on February 25, 2025, to the designated contacts, Mohammed Rizki and Joseph P. Pianese, via their provided email addresses.
    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.
    First Responder Technologies under SAVER project.
    Buyer not available
    The U.S. Department of Homeland Security (DHS) is seeking information on commercially available first responder technologies as part of its System Assessment and Validation for Emergency Responders (SAVER) program. This initiative aims to gather market research on specific technology areas, including fixed-position radiation monitoring systems, telemedicine for emergency medical services, ballistic helmets, personal cooling systems, drones, 3D indoor mapping, video analytics for weapons detection, unmanned underwater vehicles, and radiation simulation systems. The information collected will assist emergency response agencies in selecting and procuring essential equipment, ensuring alignment with established DHS equipment listings. Interested vendors are encouraged to submit their responses by April 9, 2025, and can contact Norman Kaufmann at norman.kaufmann@hq.dhs.gov or Mohammed Rizki at mohammed.rizki@hq.dhs.gov for further details.
    FEMA DOT Inspections and Repairs
    Buyer not available
    The Department of Homeland Security, specifically the Federal Emergency Management Agency (FEMA), is seeking information from vendors capable of performing Department of Transportation (DOT) inspections and repairs for its Logistics Management Directorate’s fleet equipment located at Craig Field in Selma, Alabama. This Request for Information (RFI) aims to assess vendor capabilities in areas such as pricing for inspections, completion timeframes for 53-foot trailers, and employee retention versus subcontracting practices, without committing to any contract awards. The information gathered will support FEMA's ongoing efforts to enhance logistical readiness in disaster response scenarios. Interested parties must submit their capabilities statements in a specified format by February 24, 2025, and should direct inquiries to Edward Rudd at Edward.ruud@fema.dhs.gov.
    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.